Loading...
HomeMy WebLinkAboutWTR2700965 (2)CONFORMED COP`, CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF SOUTH TALBOT HILL PIPELINES CITY PROJECT W-965 CITY OF RENTON WASHINGTON 31NFORMATION REGARDING THIS PROJECT CONTACT: CITY OF RENTON RONALD L. OLSEN RENTON, WA 206/235-2631 CH2M HILL JOSEPH R. MILLER BELLEVUE, WA 206/453-5000 NOVEMBER 1988 SEA 2207431 11 • • .ur. (-,o1ler1ino CONSTRUCTION COMPANY, INC. 9125 - 10th Avenue South 762-9125 Seattle, Washington 98108 June 2, 1989 City of Renton Public Works Department Municipal Building 200 Mill Avenue South Renton, WA 98055 RE: Emergency Phone Numbers Project: South Talbot Hill Pipeline Below is a list of individuals and their home phone numbers to contact regarding this project in case of an emergency. Anita West, Vice President 838-3363 Herb Allen, Project Manager 486-1386 Brian Kittleson, Estimator 859-8912 Thank You. GARY MERLINO CONSTRUCTION CO., INC. ADDENDUM #1 CITY OF RENTON, DEPARTMENT OF PUBLIC WORKS ADDENDUM #1 TO THE CONTRACT DOCUMENTS FOR SOUTH TALBOT HILL PIPELINES CITY PROJECT W-965 TO ALL PLAN HOLDERS: You are hereby notified of the following changes, deletions, additions, correction and clarifications to the Plans, Specifications, and other documents comprising the contract documents for the City of Renton. 1. The Bid Opening Date of this project is hereby changed to Thursday, March 9, 1989, at 2:30 p.m. in the Rc^t-n Municipal Building's Fourth Floor Conference Room. 2. In the Proposal Forms on page 5, change the quantity for "Concrete Sidewalks (F)" from 5,200 SY to 578 SY. Sealed bids must be delivered to the City Clerk prior to the above Bid Opening Date and Time. Addendum #1 is hereby made a part of the contract documents and it's conditions are fully binding on the plan holder and contractor. The contractor shall acknowledge receipt of this Addendum #1 by signing in the space provided below, attaching it to the proposals, and acknowledging the Addendum #1 in the proposal. Received and Acknowledged: (To be submitted with proposal) lJ4CZ.� /1� F2LINO ��NSTa�vi'i�r✓ InARc Contracto Date Title U/D/BID-ADD1/DRT:lf 3/2/89 CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the construction of the SOUTH TALBOT HILL PIPELINES CONSISTING OF: BIDDING REQUIREMENTS CITY OF RENTON FORMS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS DRAWINGS Bellevue, Washington November 1988 Copyright CH2M HILL, INC. 1988 CH2M HILL Project No. S22074.B1 City of Renton Project No. W-965 Copy No. • RENTON PIPELINES S22074B SEA CONTENTS PART 1 - BIDDING REQUIREMENTS Pages CITY OF RENTON SUMMARY OF FAIR PRACTICES/ AFFIRMATIVE ACTION PROGRAM ...........................1 CITY OF RENTON CALL FOR BIDS ........................... 1- CITY OF RENTON INSTRUCTIONS TO BIDDERS.................1 WASHINGTON INSTRUCTIONS TO BIDDERS ..................... 1- BIDDER'S CHECKLIST.....................................1 * PROPOSAL ......................................... 1- * BID BOND FORM ...................... ..................1 * CERTIFICATION BY PROPOSED CONTRACTOR/ SUBCONTRACTOR/SUPPLIER/REG. EEO......................1 * CERTIFICATION OF EEO REPORT ............................1 * MINORITY AND WOMENS BUSINESS ENTERPRISE PARTICIPATION.......................................1 * CERTIFICATION OF BIDDER'S AFFIRMATION ACTION PLAN......1 * COMBINED AFFIDAVIT AND CERTIFICATION FORM:.............1 NON -COLLUSION ANTITRUST CLAIMS MINIMUM WAGE FORM 2 8 9 PREVAILING MINIMUM HOURLY WAGE RATES...................1-23 PART 2 - CONTRACT FORMS NOTICE OF AWARD........................................1 NOTICE TO PROCEED......................................1 CONTRACT.........................................1- 3 BOND TO THE CITY OF RENTON.............................1 PART 3 - CONDITIONS OF THE CONTRACT GENERAL CONDITIONS.....................................1-22 SUPPLEMENTARY CONDITIONS...............................1-10 INTENT TO PAY PREVAILING WAGES.........................I AFFIDAVIT OF WAGES PAID................................I INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT...................................1 CONTRACTOR/SUBCONTRACTOR MONTHLY MANPOWER UTILIZATION REPORT (SAMPLE)..........................1 CERTIFICATION OF PAYMENT OF PREVAILING WAGES ........... I ENVIRONMENTAL REGULATIONS LISTING......................1- 5 PART 4 - SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 01000 ABBREVIATIONS ............................1- 2 01001 GENERAL REQUIREMENTS .....................1-17 S22074.B1 NOV 1988 00060 i CONTENTS RENTON PIPELINES S22074B SEA Pages DIVISION 2 - SITE WORK 02221 TRENCH EXCAVATION AND BACKFILL........... 1- 8 02616 SURFACE RESTORATION ......................1- 9 DIVISION 13 - SPECIAL CONSTRUCTION 13900 PIPE BONDING .............................1- 5 DIVISION 15 - MECHANICAL 15005 DUCTILE IRON PIPE AND FITTINGS ........... 1-10 15007 POLYVINYL CHLORIDE (PVC) PIPE ............ 1- 8 15034 FIRE HYDRANT ASSEMBLIES..................1- 4 15042 GATE AND BUTTERFLY VALVES, VALVE BOXES, AND VALVE CHAMBERS..............1- 4 NOTE: Documents marked * above must be executed by the Contractor, President and Vice -President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. PART 5 - DRAWINGS S22074.B1 NOV 1988 CONTENTS ii 00060 r i 40 PART 1 BIDDING REQUIREMENTS C17 2= IT "A" CITY OF RENTON SUMMARY OF PAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 2340 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure equal employ- ment opportunity to all persona regardless of race; creed; color; ethnicity; national origin; sax; the presence of a non-job-raZated phyaicaZ, sensory, or mental handicap; age; or marital status. This policy shall be based on the principles of equal employment opportunity and affirmative action guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the foZZowing guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employ- ment such as recruitment, selection, promotion, termination and training shall be conducted in a non-discriminatory manner. Personnel decisions will be based on individual performance, staffing requirementa, and in accordance with governing Civil Service Laws and the agreement between the City of Renton and the Washington State Council of County and City EmpZoyees. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PROGRAM - The City of Renton Affirmative Action Program will be maintained to facilitate equitable representation within the City workforce and to assure equal employment opportunity to all. It ehaZZ be the responsibility and duty of all City officials and employees to carry out the poZ.eiee, guidelines and corrective measures as set forth by cn:a program. Corrective empZoyment programs may be estabZiahed by the Mayor on the recommendation of an Affirmative Action Committee for those departments in which a protected cZaaa of employees is under -represented. (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors and suppliers conducting business with the City of Renton ehaZZ affirm and subscribe to the Pair Practices and Non - Discrimination policies set forth by law and in the Affirmative Action Program. Copies of this policy ehaZZ be distributed to all City employees, ehaZZ appear in all operational documentation of the City, including bid calla, and ehaZZ be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 2nd CITY OF RENTON: Mayor Attest: day of June 1980. RENTON CITY COUNCIL: Council President City Clerk �— Issued: July 10, 1972 Revised: February 9, 1976 Revised: June 2, 1980 RENTON PIPELINES S22074B SEA CITY OF RENTON CALL FOR BIDS SOUTH TALBOT HILL PIPELINES Sealed Proposals for the construction of the South Talbot Hill Pipelines, addressed to City of Renton, will be received at the office of the City Clerk, City of Renton, Municipal Building, 200 Mill Avenue South, Renton, WA 98055, until 2:30 p.m., local time, on the 2nd day of March, 1989, and then will be publicly opened and read in the 4th Floor Conference Room, Renton Municipal Building, 200 Mill Avenue South, Renton, WA 98055. Any bids received after the time and date specified will not be considered. The work shall be performed within the time limits stated in the Proposal. The project contemplated consists of construction of approximately 1,525 feet of 20-inch ductile iron water pipe, approximately 1,200 feet of 10-inch polyvinyl chloride (PVC) drain pipe, and approximately 2,160 feet of 3-inch PVC conduit, together with valves, fittings, and associated appurtenances. Drawings and Specifications may be examined in the Public Works Department Office at the Renton Municipal Building, or at the office of the Engineer, CH2M HILL, 777 108th Avenue NE, Bellevue, WA 98004. A copy of the Documents may be obtained at the Renton Public Works it Office upon payment of $35 for each Document, plus $7 to cover postage, if mailed. Return of the Documents is not required, and the amount paid for the Documents is nonrefundable. Each Bid must be submitted on the prescribed form and accompanied by bid security executed on the prescribed form, payable to the City of �i Renton, Washington, in an amount not less than 5 percent of the amount bid. 0 The successful Bidder will be required to furnish the necessary additional bond(s) for the faithful performance of the Contract, as prescribed in the Contract Documents. Before a Contract will be awarded for the work contemplated herein, the Owner will conduct such investigation as is necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified under this Contract. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. In order to perform public work, the successful Bidder shall hold or obtain such Contractor and Business Licenses as required by state and City of Renton statutes. S22074.B1 00080 1 NOV 1988 CALL FOR BIDS RENTON PIPELINES S22074B SEA The attention of Bidders is directed to the applicable state requirements and conditions of employment to be observed and minimum wage rates to be paid under the Contract. The right is reserved to reject all Bids or any Bid not conforming to the intent and purpose of the Contract Documents, to waive any and/or all informalities, and to postpone the award of the Contract for a period of time which, however, shall not extend beyond 30 days from the bid opening date. The City's Fair Practices and Non -Discrimination Policies shall apply. CITY OF RENTON, WASHINGTON By edorZ,� Maxine E. Motor, City Clerk Published: Daily Record Chronicle: February 16 and 23, 1989 Daily Journal of Commerce: February 16 and 23, 1989 S22074.B1 CALL FOR BIDS Pa SEEM 11:1 0 J • 0) V to 41 CITY OF RENTON INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be raceived by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:30 o'clock p.m., on the date specified in the Cali for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy theamseives as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive inform- alities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. Rev. 7/15/81 RENTON PIPELINES S22074B SEA WASHINGTON INSTRUCTIONS TO BIDDERS 1. CONTRACT DOCUMENTS A. FORMAT The Contract Documents are divided into parts, divisions, and sections for convenient organization and reference. Generally, there has been no attempt to divide the Specification sections into work performed by the various building trades, work by separate subcontractors, or work required for separate facilities in the project. B. DOCUMENT INTERPRETATION The separate sections contained within these Contract Documents are intended to be mutually cooperative and to provide all details reasonably required for the execution of the proposed work. Should there be any doubt as to the meaning or intent of said Contract Documents, the Bidder should request of the Engineer, in writing (at least 6 working days prior to bid opening) an interpretation thereof. Any interpretation or change in said Contract Documents will be made only in writing, in the form of Addenda to the Documents which will be furnished to all registered holders of Contract Documents. Bidders shall submit with their Proposals, or indicate receipt of, all Addenda. The Owner will not be responsible for any other explanation or interpretations of said Documents. C. DRAWINGS The Drawings bound in the Document are photographic reductions of the original tracings. The amount of reduction is indicated by a note or scale bar on the Drawings. Full-size Drawings may be obtained from the Engineer at the cost of reproduction and handling, plus postage for mailing (if mailing is requested). No return of full-size Drawings is required, and no refund will be made. 2. GENERAL DESCRIPTION OF THE PROJECT A general description of the work to be done is contained in the Call for Bids. The scope is indicated on the accompanying Drawings and specified in applicable parts of these Contract Documents. S22074.B1 NOV 1988 00100 1 INSTRUCTIONS TO BIDDERS RENTON PIPELINES S22074B SEA 3. REGISTRATION REQUIREMENTS FOR CONTRACTORS All Bidders, including General Contractors and Specialty Contractors, shall be registered as Contractors by the State Department of Licenses in conformance with the requirements of applicable parts of Chapter 18, RCW, (an act providing for the registration of Contractors). 4. BIDDER'S UNDERSTANDING Each Bidder must inform himself of the conditions relating to the execution of the work, and it is assumed that he will inspect the site and make himself thoroughly familiar with all the Contract Documents. Failure to do so will not relieve the successful Bidder of his obligation to enter into a Contract and complete the contemplated work in strict accordance with the Contract Documents. It shall be the Bidder's obligation to verify for himself and to his complete satisfaction all information concerning site and subsurface conditions. The Owner will make available to prospective Bidders upon request and at the office of the Engineer, prior to bid opening, any information that he may have as to subsurface conditions and surface topography at the worksite. Investigations conducted by the Engineer of subsurface conditions were made for the purpose of study and design, and neither the Owner nor the Engineer assumes any responsibility whatever in respect to the sufficiency or accuracy of borings, or of the logs of test borings, or of other investigations that have been made, or of the interpretations made thereof, and there is no warranty or guarantee, either expressed or implied, that the conditions indicated by such investigations are representative of those existing throughout such area, or any part thereof, or that unforeseen developments may not occur. Logs of test borings, geotechnical reports, or topographic maps showing a record of the data obtained by the Engineer's investigations of surface and subsurface conditions that are made available shall not be considered a part of the Contract Documents, said logs representing only the opinion of the Engineer as to the character of the materials encountered by him in his investigations, and are available only for the convenience of the Bidders. Information derived from inspection of logs of test borings, or pits, geotechnical reports, topographic maps, or from Drawings showing location of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. S22074.B1 NOV 1988 INSTRUCTIONS TO BIDDERS 2 00100 RENTON PIPELINES S22074B SEA 5. Each Bidder shall inform himself of, and the Bidder awarded a Contract shall comply with, federal, state, and local laws, statutes, and ordinances relative to the execution of the work. This requirement includes, but is not limited to, applicable regulations concerning minimum wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, environmental protection, the protection of natural resources, fire protection, burning and nonburning requirements, permits, fees, and similar subjects. TYPE OF PROPOSAL A. COMBINED UNIT PRICE -LUMP SUM The Proposal for the work is to be submitted on a combined unit price -lump sum basis. Unit price or lump sum price amounts shall be submitted on all items of work set forth in the Proposal. All items required to complete the work specified or shown on the Drawings but not included in the Proposal shall be considered incidental to those set forth in the Proposal. The estimate of quantities of unit price work to be done is tabulated in the Proposal and, although stated with as much accuracy as possible, is approximate only and is assumed solely for the basis of calculation upon which the award of Contract shall be made. Payment to the Contractor will be made on the measurement of work actually performed by the Contractor as specified in the Contract Documents. The total amount to be paid the Contractor for the lump sum work shall be the amount of the lump sum bid as adjusted for additions or deletions resulting from Owner -authorized changes in the project. PREPARATION OF PROPOSALS A. GENERAL All blank spaces in the Proposal form must be filled in, as required, preferably in BLACK ink. All price information shall be shown in both words and figures where required. No changes shall be made in the phraseology of the forms. Written amounts shall govern in case of discrepancy between the amounts stated in writing and the amounts stated in figures. In case of discrepancy between unit prices and extended totals, unit prices shall prevail. Any Proposal shall be deemed informal which contains omissions, erasures, alterations, or additions of any kind, or prices uncalled for, or in which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of the published Invitation to Bid. S22074.B1 NOV 1988 00100 3 INSTRUCTIONS TO BIDDERS RENTON PIPELINES S22074B SEA B. SIGNATURE The Bidder shall sign his Proposal in the blank space provided therefor. If Bidder is a corporation, the legal name of the corporation shall be set forth above, together with the signature of the officer or officers authorized to sign Contracts on behalf of the corporation. If Bidder is a partnership, the true name of the firm shall be set forth above, together with the signature of the partner or partners authorized to sign Contracts in behalf of the partnership. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a notarized power -of -attorney must be on file with the Owner prior to opening of Proposals or submitted with the Proposal, otherwise the Proposal will be regarded as not properly authorized. C. ATTACHMENTS The Bidder shall complete and submit with the bid all forms indicated in the Contents to these Documents. The Bidder's attention is directed to the Bidder's Checklist bound herewith. 7. CHANGES IN QUANTITIES The Owner reserves the right to increase or decrease the amount of any class of work item shown in the Proposal that may be deemed necessary, provided, however, that in no event will the Owner increase or decrease the amount of footage of pipe by more than 20 percent of the gross footage as shown on the Drawings and Specifications, without a Change Order. This paragraph shall not limit the amount of increase or decrease of any other unit price items. 8. SALES TAX Retail sales tax to be collected from the Owner on the Contract amount in accordance with the General Conditions shall be stated separately in the spaces provided, as applicable, and shall not be included in the unit or lump sum prices stated in the Proposal. The amount of retail sales tax stated will not be considered as a competitive bid item and will not be included in determining the lowest priced Proposal and will be considered to be an estimate only. All other federal, state, and local sales, use, or other taxes as required by federal, state, or local laws shall be included in the unit prices, lump sum price, or other prices stated in the Proposal. S22074.B1 NOV 1988 INSTRUCTIONS TO BIDDERS 4 00100 RENTON PIPELINES S22074B SEA 9. COMPLIANCE WITH LABOR STANDARDS AND RATE OF WAGE REQUIREMENTS The work under this Contract is to be paid for by public funds; therefore, minimum prevailing wage rates published by the State Department of Labor and Industries are applicable. Current prevailing wage rate data are included at the end of PART 1. Certificates of wage payments submitted to the Owner. Wage provided by the Contractor. by the Contractor shall be certification forms shall be No worker, laborer, or mechanic employed in the performance of any part of this Contract shall be paid less than the "prevailing rate of wage" as determined by the Industrial Statistician of the Department of Labor and Industries. The schedule of the prevailing wage rates for the locality or localities where this Contract will be performed is by reference made a part of this Contract as though fully set forth herein. The Owner does not guarantee that labor can be procured for the minimum wages shown on the referenced schedules. The rates of wages listed are minimum only, below which the Contractor cannot pay, and they do not constitute a representation that labor can be procured for the minimum listed. 10. SUBMISSION OF PROPOSALS All Proposals must be submitted not later than the time prescribed, at the place, and in the manner set forth in the Invitation to Bid. Proposals must be made on the Proposal forms provided herewith, and submitted intact with the complete contract document volume containing the Bidding Requirements, Contract Forms, Conditions of the Contract, Specifications, and Drawings. Each Proposal must be submitted in a sealed envelope, so marked as to indicate the Bidder's name and its contents without being opened, and addressed in conformance with the instructions in the Invitation to Bid. 11. MODIFICATION OR WITHDRAWAL OF PROPOSALS Prior to the time and date designated for receipt of Proposals, any Proposal submitted may be modified or withdrawn by notice to the party receiving Proposals at the place designated for receipt of Proposals. Such notice shall be in writing over the signature of the Bidder or by telegram. If by telegram, written confirmation over the signature of the Bidder shall be mailed and postmarked on or before the date and time set for receipt of Proposals, and it shall be so worded as not to reveal the amount of the original Proposal. No Proposal may be withdrawn after the time scheduled for opening of Proposals, unless the time NOV 1988 S22074.B1 INSTRUCTIONS TO BIDDERS 00100 7 RENTON PIPELINES S22074B SEA specified in paragraph AWARD OF CONTRACT of these Instructions to Bidders shall have elapsed. 12. BID SECURITY Proposals must be accompanied by cash, a certified check, or cashier's check drawn on a bank in good standing, or a Bid Bond issued by a Surety authorized to issue such bonds in the state where the work is located, in an amount not less than 5 percent of the total amount of the Proposal submitted. This bid security shall be given as a guarantee that the Bidder will not withdraw his Proposal for a period of 60 days after bid opening, and that if awarded the Contract, the successful Bidder will execute the attached Contract and furnish a properly executed Performance Bond and Payment Bond in the full amount of the Contract price within the time specified. The Attorney -in -Fact who executes this bond in behalf of the Surety must attach a notarized copy of his power -of -attorney as evidence of his authority to bind the Surety on the date of execution of the bond. Where State Statute requires, certification by a resident agent shall also be provided. If the Bidder elects to furnish a Bid Bond, he shall use the Bid Bond form bound herewith, or one conforming substantially thereto in form and content. 13. RETURN OF BID SECURITY Within 15 days after the award of the Contract, the Owner will return the bid securities to all Bidders whose Proposals are not to be further considered in awarding the Contract. Retained bid securities will be held until the Contract has been finally executed, after which all bid securities, other than Bidders' bonds and any guarantees which have been forfeited, will be returned to the respective Bidders whose Proposals they accompanied. 14. AWARD OF CONTRACT Within 45 calendar days after the opening of Proposals, the Owner will accept one of the Proposals or will act in accordance with the following paragraphs. The acceptance of the Proposal will be by written notice of award, mailed to the office designated in the Proposal, or delivered to the Bidder's representative. In the event of failure of the lowest responsive, responsible Bidder to sign the Contract and provide an acceptable Performance Bond, Payment Bond, and insurance certificate(s), the Owner may award the Contract to the next lowest responsive, responsible Bidder. Such award, if made, will be made within 60 days after the opening of Proposals. S22074.B1 NOV 1988 INSTRUCTIONS TO BIDDERS 6 00100 RENTON PIPELINES S22074B SEA The Owner reserves Proposals, and to said Proposals. the right to accept or reject any or all waive any informalities and irregularities in If, at the time this Contract is to be awarded, the total of the lowest acceptable Proposal exceeds the funds then estimated by the Owner as available, the Owner may reject all Proposals or take such other action as best serves the Owner's interests. 15. BASIS OF AWARD The award will be made by the Owner on the basis of that Proposal from the lowest responsive, responsible Bidder which, in the Owner's sole and absolute judgment, will best serve the interest of the Owner. LOW BIDDER The low Bidder on combined unit price -lump sum Proposals will be the lowest written lump sum amount plus the total Extended Total Amount for unit price items. 16. EXECUTION OF CONTRACT The successful Bidder shall, within 10 working days after receiving notice of award, sign and deliver to the Owner a Contract in the form hereto attached together with the acceptable bonds and insurance certificates as required in these Documents. Within 10 working days after receiving the signed Contract with acceptable bonds from the successful Bidder, the Owner's authorized agent will sign the Contract. Signature by both parties constitutes execution of the Contract. 17. CONTRACT BONDS A. BOND TO THE CITY OF RENTON (PERFORMANCE AND PAYMENT BOND The successful Bidder shall file with the Owner, at the time of execution of the Contract, a Performance and Payment Bond on the form bound herewith in the full amount of the Contract, as security for the faithful performance of the Contract and the payment of all persons supplying labor and materials for the construction of the work, and to cover all guarantees against defective workmanship or materials, or both, during the warranty period following the date of the final acceptance of the work by the Owner. POWER -OF -ATTORNEY The Attorney -in -Fact (Resident Agent) who executes the Performance and Payment Bonds in behalf of the Surety must attach a notarized copy of his power -of -attorney as S22074.B1 NOV 1988 00100 7 INSTRUCTIONS TO BIDDERS RENTON PIPELINES S22074B SEA evidence of his authority to bind the Surety on the date of execution of the bonds. C. SURETY The Surety furnishing these bonds shall be listed on the current National Federal Register, have a record of service satisfactory to the Owner, shall be authorized to do business in the state, and shall be independent of the Contractor. 18. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND The Bidder who has a Contract awarded to him and who fails to promptly and properly execute the Contract or furnish the required Bonds shall forfeit the bid security that accompanied his bid, and the bid security shall be retained as liquidated damages by the Owner, and it is agreed that this said sum is a fair estimate of the amount of damages the Owner will sustain in case the Bidder fails to enter into a Contract or furnish the required Bonds. Bid security deposited in the form of cash, a certified check, or cashier's check shall be subject to the same requirement as a Bid Bond. 19. TIME OF COMPLETION The time of completion of the work to be performed under this Contract is the essence of the Contract. Delays and extensions of time may be allowed in accordance with the provisions stated in the General Conditions. The time allowed for the completion of the work is stated in the Proposal. S22074.31 NOV 1988 INSTRUCTIONS TO BIDDERS 8 00100 RENTON PIPELINES S22074B SEA BIDDER'S CHECKLIST This checklist has been prepared and furnished to aid Bidders in including all necessary supporting information with their bid. Bidders' submittals should include, but are not limited to, the following: Item Checked 1. Proposal (Bid) Intact with Complete Contract Document Volume 2. Bid Bond 3. Power -of -Attorney for Surety's Agent to execute Bidder's Bond (Notarized) 4. Authority to Sign Proposal If Signature is by Agent Other Than Officer of Corporation, Partner, or Owner 5. Acknowledgement of Addenda (on each Addendum) Renton Forms 6. Summary of Fair Practices Policy 7. Certification by Proposed Contractor/Subcontractor/Supplier Regarding Equal Employment Opportunity 8. Certification Equal Employment Opportunity Report 9. Participation Certification: Minority Business Enterprises (MBE) and Women's Minority Business Enterprises (WMBE) 10. Certification of Bidder's Affirmative Action Plan 11. Combined Affidavit and Certification Form: Non -Collusion, Antitrust Claims, Minimum Wage Form S22074.31 NOV 1988 00120 1 BIDDER'S CHECKLIST RENTON PIPELINES S22074B SEA NOTE TO BIDDER: Use preferably BLACK ink for completing this PROPOSAL Form. PROPOSAL To: City of Renton Address: Municipal Building 200 Mill Avenue South Renton, WA 98055 Project Title: South Talbot Hill Pipelines Renton Project No.: W-965 Bidder's person to contact for additional information on this Proposal: Person's Name: Person's Telephone: BIDDER'S DECLARATION AND UNDERSTANDING The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this Proposal are those named herein, that this Proposal is, in all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the Proposal is made without any connection or collusion with any person submitting another Proposal on this Contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Proposal is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Proposal. The Bidder further acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, access to the site, disposal, handling and storage of materials, availability of labor, water, electric power, roads, S22074.B1 NOV 1988 00320 1 PROPOSAL RENTON PIPELINES S22074B SEA and uncertainties of weather, river stages, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this Contract. The Bidder further acknowledges that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from his inspection of the site and from reviewing any available records of exploratory work furnished by the Owner or included in these Documents. Failure by the Contractor to acquaint himself with the physical conditions of the site and all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. The Bidder warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefor is assumed by the Owner. The Bidder understands and agrees that if a Contract is awarded, the Owner may elect to award all schedules under one Contract, separately, or in any combination that best serves the interests of the Owner. The Bidder further certifies that he has exercised all options available to him toward reaching the goals for minority business enterprise utilization specified in these Documents. CONTRACT EXECUTION AND BONDS The Bidder agrees that if this Proposal is accepted, he will, within 10 working days after receiving notice of award, sign the Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance Bond and Payment Bond required herein, and will, to the extent of his bid, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete all work as specified or indicated in the Contract Documents. CERTIFICATES OF INSURANCE The Bidder further agrees to furnish the Owner, before commencing the work under this Contract, the certificates of insurance as specified in these Documents. S22074.B1 NOV 1988 PROPOSAL 2 00320 RENTON PIPELINES S22074B SEA START OF CONSTRUCTION AND CONTRACT COMPLETION TIME The Bidder further agrees to begin work within 10 calendar days after the date of the Notice to Proceed and to complete the construction, in all respects, within the time limits as set forth below: Description Completion Time 1. Operations Plan 14 calendar days 2. Pipelines, except Final Surface Restoration July 31, 1989 3. Final Surface Restoration August 31, 1989 LIQUIDATED DAMAGES In the event the Bidder is awarded the Contract and shall fail to complete the work within the time limit or extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner at the rate of $1,000 per day for all work awarded under one contract until the work shall have been satisfactorily completed as provided by the Contract Documents. Sundays and legal holidays shall be excluded in determining days in default. ADDENDA The Bidder hereby acknowledges that he has received Addenda No's. ► r r I► (Bidder shall insert No. of each Addendum received) and agrees that all addenda issued are hereby made part of the Contract Documents, and the Bidder further agrees that his Proposal(s) includes all impacts resulting from said addenda. LUMP SUM OR UNIT PRICE WORK ITEMS The Bidder further proposes to accept as full payment for the work proposed herein the amounts computed under the provisions of the Contract Documents and based on the following lump sum or unit price amounts, it being expressly understood that the unit prices are independent of the exact quantities involved. The Bidder agrees that the lump sum prices and the unit prices represent a true measure of the labor and materials required to perform the work, including all allowances for overhead and profit for each type and unit of work called for in these Contract Documents. The amounts shall be shown in both words and figures. In case of a discrepancy, the amount shown in words shall govern. S22074.B1 NOV 1988 00320 3 PROPOSAL RENTON PIPELINES S22074B SEA • UNIT PRICE -OR LUMP SUM BID FOR SOUTH TALBOT HILL PIPELINES Item Quan. Unit Figures U.P.or L.S.Nords) Ext.Total Amt. 02221 TRENCH EXCAVATION & BACKFILL Trench Excavation and Selected Native Backfill for 20-inch Water Pipeline 1,500 LF $ $ Trench Excavation and Selected Native Backfill for two 3-inch PVC Conduit Pipes West of 98th Avenue SE and for three 3-inch Conduit Pipes East of Station 14+70 1,000 LF $ $ Imported Granular Material for Pipe Base, Pipe Zone, and Trench Zone Backfill 1,000 TONS $ $ Foundation Stabilization 10 TONS $ $ Shoring, Sheeting, and Bracing of Trenches LUMP SUM $ $ 02616 SURFACE RESTORATION Gravel Surfacing for Driveway (A) 100 SY $ $ Gravel Surfacing for Planter (B) 226 SY $ $ Asphalt Concrete Pavement for Driveway (C) 62 SY $ $ S22074.B1 NOV 1988 PROPOSAL 4 00320 • :7 • • • 7 0 • 0 • RENTON PIPELINES S22074B SEA Item Quan. Unit Figures U.P.or L.S.(Words) Ext.Total Amt. Asphalt Concrete Pavement for 98th Avenue SE Road Crossing (D) 85 SY $ $ Asphalt Concrete Pavement for Carr Road Crossing (E) 100 SY $ $ Concrete Sidewalks (F) 5,200 SY $ $ Hydroseeding (G) 1,400 SY $ $ Concrete Driveways (H) 24 SY $ $ Concrete Curbs 80 LF $ $ Riprap 17 SY $ $ 13900 PIPE BONDING Field Testing LUMP SUM $ $ Test Stations 1 EA $ $ 15005 DUCTILE IRON PIPE AND FITTINGS 20-inch Push -on Joint Pipe and Fittings 1,115 LF $ $ 20-inch Restrained Joint Pipe and Fittings 385 LF $ $ S22074.B1 NOV 1988 00320 5 PROPOSAL RENTON PIPELINES S22074B SEA Item Quan. Unit Figures U.P.or L.S.(Words) Ext.Total Amt. Pipe Connection "A" LUMP SUM $ $ Pipe Connection "B" LUMP SUM $ $ 15007 POLYVINYL CHLORIDE (PVC) PIPE 10-inch PVC Drain Pipe and Fittings • 1,200 LF $ $ 3-inch PVC Conduit Pipe and Fittings 4,500 LF $ $ 15034 FIRE HYDRANTS Fire Hydrant Assemblies 2 EA $ $ 15142 GATE AND BUTTERFLY VALVES, VALVE BOXES, AND VALVE CHAMBERS 20-inch Butterfly Valve and Valve Chamber • 2 EA $ $ SUM OF EXTENDED TOTALS FOR SOUTH TALBOT HILL PIPELINES $ • • S22074.B1 NOV 1988 PROPOSAL 6 00320 • RENTON PIPELINES S22074B SEA Item Quan. Unit Figures U.P.or L.S.(Words) Ext.Tota1 Amt. 01001 GENERAL REQUIREMENTS Move In and Temporary Facilities LUMP SUM $ $ BID SUMMARY SUM OF EXTENDED TOTALS FOR SOUTH TALBOT HILL PIPELINES AND $ MOVE IN AND TEMPORARY FACILITIES ESTIMATED SALES TAX (8.1%) (NOT A BID ITEM) $ NOV 1988 S22074.B1 7 PROPOSAL 00320 • RENTON PIPELINES SURETY S22074B SEA If the Bidder is awarded a construction Contract on this Proposal, the Surety who provides the Performance Bond and Payment Bond will be Street whose address is City State Zip The name of the Bidder submitting this Proposal is doing business at treet City State Zip which is the address to which all communications concerned with this Proposal and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows: If Sole Proprietor or Partnership IN WITNESS hereto the undersigned has set his (its) hand this day of 19 Signature of Bidder Title 41 a 48 S22074.B1 NOV 1988 PROPOSAL 8 00320 RENTON PIPELINES S22074B SEA If Corporation • IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed and its seal affixed by its duly authorized officers this day of , 19 0 • • (SEAL) S22074.B1 00320 Name of Corporation By Title Attest w Secretary NOV 1988 PROPOSAL RENTON PIPELINES S22074B SEA NOTE TO BIDDER: Use preferably BLACK ink for completing this PROPOSAL Form. PROPOSAL To: City of Renton Address: Municipal Building 200 Mill Avenue South Renton, WA 98055 Project Title: South Talbot Hill Pipelines Renton Project No.: W-965 Bidder's person to contact for additional information on this Proposal: 7 / Person ' s Name: Person's Telephone: BIDDER'S DECLARATION AND UNDERSTANDING The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this Proposal are those named herein, that this Proposal is, in all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the Proposal is made without any connection or collusion with any person submitting another Proposal on this Contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Proposal is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Proposal. The Bidder further acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, access to the site, disposal, handling and storage of materials, availability of labor, water, electric power, roads, S22074.B1 NOV 1988 00320 1 PROPOSAL RENTON PIPELINES S22074B SEA and uncertainties of weather, river stages, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this Contract. The Bidder further acknowledges that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from his inspection of the site and from reviewing any available records of exploratory work furnished by the Owner or included in these Documents. Failure by the Contractor to acquaint himself with the physical conditions of the site and all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. The Bidder warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefor is assumed by the Owner. The Bidder understands and agrees that if a Contract is awarded, the Owner may elect to award all schedules under one Contract, separately, or in any combination that best serves the interests of the Owner. The Bidder further certifies that he has exercised all options available to him toward reaching the goals for minority business enterprise utilization specified in these Documents. CONTRACT EXECUTION AND BONDS The Bidder agrees that if this Proposal is accepted, he will, within 10 working days after receiving notice of award, sign the Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance Bond and Payment Bond required herein, and will, to the extent of his bid, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete all work as specified or indicated in the Contract Documents. CERTIFICATES OF INSURANCE The Bidder further agrees to furnish the Owner, before commencing the work under this Contract, the certificates of insurance as specified in these Documents. S22074.B1 NOV 1988 PROPOSAL 2 00320 RENTON PIPELINES S22074B SEA • a • START OF CONSTRUCTION AND CONTRACT COMPLETION TIME The Bidder further agrees to begin work within 10 calendar days after the date of the Notice to Proceed and to complete the construction, in all respects, within the time limits as set forth below: Description Completion Time 1. Operations Plan 14 calendar days 2. Pipelines, except Final Surface Restoration July 31, 1989 3. Final Surface Restoration August 31, 1989 LIQUIDATED DAMAGES In the event the Bidder is awarded the Contract and shall fail to complete the work within the time limit or extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner at the rate of $1,000 per day for all work awarded under one contract until the work shall have been satisfactorily completed as provided by the Contract Documents. Sundays and legal holidays shall be excluded in determining days in default. ADDENDA The idder hereby acknowledges that he has received Addenda No's. (Bidder shall insert No. of each Addendum received)and agrees that all addenda issued are hereby made part of the Contract Documents, and the Bidder further agrees that his Proposal(s) includes all impacts resulting from said addenda. LUMP SUM OR UNIT PRICE WORK ITEMS The Bidder further proposes to accept as full payment for the work proposed herein the amounts computed under the provisions of the Contract Documents and based on the following lump sum or unit price amounts, it being expressly understood that the unit prices are independent of the exact quantities involved. The Bidder agrees that the lump sum prices and the unit prices represent a true measure of the labor and materials required to perform the work, including all allowances for overhead and profit for each type and unit of work called for in these Contract Documents. The amounts shall be shown in both words and figures. In case of a discrepancy, the amount shown in words shall govern. S22074.B1 NOV 1988 00320 3 PROPOSAL 0 RENTON PIPELINES S22074B • SEA UNIT PRICE OR LUMP SUM BID FOR SOUTH TALBOT HILL PIPELINES Item Quan. Unit Figures U.P.or L.S.Nords) Ext.Total Amt. 02221 TRENCH EXCAVATION & BACKFILL Trench Excavation and Selected Native Backfill for 20-inch Water Pipeline 1,500 LF $i�•'-�5 IFN Dvl(a./,5 AN-P $ S..VU J 11't YY-��� a L11yTS Trench Excavation and Selected Native Backfill for two 3-inch PVC Conduit Pipes West of 98th Avenue SE and for three 3-inch Conduit Pipes East of Station 14+70 1,000 LF $ S.05 'L kT- Dede,o,s (1,-4-D F�vrz Nrs Imported Granular Material for Pipe Base, Pipe Zone, and Trench Zone Backfill 1,000 TONS $ 15.53 r,c TFFN 0(v IInkrs $ fFS 30•oo Arlo tt.�_Tkfe ttrT� Foundation Stabilization t� ` � 10 TONS $ 3o•00 1wc� ���.�o'2e�an,y $ �"'l—�iD Q•00 Th.c�.� 17u�14�.3 Shoring, Sheeting, and Bracing of Trenches LUMP SUM I knee g✓>yJ«d ho (la,;$ ��•Q�_ 02616 SURFACE RESTORATION Gravel Surfacing for Driveway (A) 100 SY $ M. Teri ao114�s ASP $ / �� Ob4.00 s, xI y e vfs Gravel Surfacing for Planter (B) 226 SY $ 5•(0 ollars A rtv $ �L2�� • �Q Asphalt Concrete Pavement for Driveway (C) jiqq 62 SY $ a3• S22074.B1 PROPOSAL Tw e �Ty -T1�i tt Dc:l1�, r� f�N D N��V�TFcN Le N t.S 4 $ 11,437.70 NOV 1988 00320 • 1-1 0 • 0 • r RENTON PIPELINES Item Quan. Unit Figures S22074B SEA U.P.or L.S.(Words) Ext.Total Amt. Asphalt Concrete Pavement for 98th Avenue SE Road Crossing (D) 85 SY $ j iw-cDollars $ 15 aq � �U Asphalt Concrete Pavement for Carr Road Crossing (E) 100 SY $ a6.75 Concrete Sidewalks (F) SY I - e 7 8 Hydroseeding (G) 1,400 SY Concrete Driveways (H) 24 SY Concrete Curbs 80 LF Riprap A V4 i) St"i .,.+Y - 5 � x Cc rf3 A�+o Stv .sty - ,ve Ct�rS T�et��p�tilars $ -74 9__73-�� A,./ D yJ ..� rY-T►,f�t c� ,.TS �—r $ a`a.-1� T���}_,-�;�hr Dotl4rs $ 69 Oo 00 $ R, ao %N,4C ArOD $ _73 6. 00 17 SY $ vew Doikrs AN 6 tv w­ty -Foy Cc.,-7 13900 PIPE BONDING Field Testing LUMP SUM $ Tk rce7kcU,AND Fou.- Nuad rc j $ 3a H f 0. o0 A"o r,c�y iZCO%nr5 Test Stations 1 EA $ 662,`Jo quVR6D $ Dc l IQ /S A N 0 Fi Fy cen/t3 15005 DUCTILE IRON PIPE AND FITTINGS 20-inch Push -on Joint Pipe and Fittings 6(00_1 . �3_v 1,115 LF $ / 7.R/ 5e,;.f,V1u-5e%;CVDOIIar3 $ 20-inch Restrained Joint Pipe and Fittings 385 LF $ �7, n�1 sC�1e.J_ty-sz✓a,✓ �ollc;�$ I C�9 (a �� A.V 0 s: v ►7 -S, x ee,vT s S22074.B1 NOV 1988 00320 5 PROPOSAL RENTON PIPELINES Item Quan. Unit Figures Pipe Connection "A" S22074B SEA U.P.or L.S.(Words) Ext.Tota1 Amt. LUMP SUM Hun4z(ZSD $ Tw.svTy-SeJcN DolIQ�3arD(=.a.r/•C2n;�.S Pipe Connection "B" 5v Asa �6-0 LUMP SUM $ ©NF T ti c�S.aPozq v i=l-Ty-Twv So115�yAroF,rty-c:rti?S 15007 POLYVINYL CHLORIDE (PVC) PIPE 10-inch PVC Drain Pipe and Fittings 1,200 LF $ ���4JJ Tu�tlje�Dollcti $ (�o00.ye ANO 3-inch PVC Conduit Pipe and Fittings 4,500 LF $ b 3 0 F Iy = 00,IaLs RND $ 23,85 v. 00 1.5 15034 FIRE HYDRANTS Fire Hydrant Assemblies 2 EA $ �� I oCl.�� 'rA e ��c��a.vyr-vim ►+��;.,£ ��� t�.�C 1�N0?�tn ♦ ONs v �$IQ t ck r.�1TS 15142 GATE AND BUTTERFLY VALV�S�, VILVE BOXES, AND VALVE CHAMBERS 20-inch Butterfly Valve and Valve Chamber 2 EA $ lLlj-7A �O Fov.eTFF-NT),,;,o seven $ `1 40 IIUNt]RIFa aN p'S. x "Dfr IIa S aND tW�N77CCf�rs SUM OF EXTENDED TOTALS FOR SOUTH TALBOT HILL PIPELINES $ 301� 05 S22074.B1 NOV 1988 PROPOSAL 6 00320 RENTON PIPELINES Item Quan. Unit Figures U.P.or L.S.(Words) 01001 GENERAL REQUIREMENTS Move In and Temporary Facilities LUMP SUM $ T e e n1 -r ', d u 5 A a FO J ft V4 ,j t 0 A = D Q C, 0, IC S BID SUMMARY SUM OF EXTENDED TOTALS FOR SOUTH TALBOT HILL PIPELINES AND MOVE IN AND TEMPORARY FACILITIES ESTIMATED SALES TAX (8.1%) ^� G �,� p (NOT A BID ITEM) $ oC 89 9 S22074B SEA Ext.Total Amt. $ NOV 1988 S22074.B1 PROPOSAL 00320 7 RENTON PIPELINES SURETY S22074B SEA If the Bidder is awarded a construction Contract on this Proposal, the Surety who provides the Performance Bond and Payment Bond will be �j l�A IT I� 'I AC' I r K b'YA 1�-A( 'ot whose address is Street City State Zip BIDDER The name of the Bidder submitting this Proposal is �} C�'n/STruC�ri0ti/ doing business at Street City State Zip which is the address to which all communications concerned with this Proposal and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows: If Sole Proprietor or Partnership IN WITNESS hereto the undersigned has set his (its) hand this day of 19 Signature of Bidder Title S22074.B1 NOV 1988 PROPOSAL 8 00320 M, RENTON PIPELINES S22074B SEA If Corporation IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed and its seal affixed by its duly Tti authorized officers this day of 19&• (SEAL) 522074.B1 00320 kC Sam of LCor oration B Title Attest Secretary 0 NOV 1988 PROPOSAL RELIANCE INSURANCE COMPANY HEAD OFFICE, PHILADELPHIA, PENNSrLVANIA Bond No. BID BOND APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS A.I.A. DOCUMENT NO. A-310 (FEB. 1970 ED.) KNOW ALL MEN BY THESE PRESENTS, that we GARY MERLINO CONSTRUCTION COMPANY, INC. 9125 loth Ave. So., Seattle, Wa 98108 as Principal, hereinafter called the Principal, and the RELIANCE INSURANCE COMPANY of Philadelphia, Pennsylvania, a corporation duly organized under the laws of the State of Pennsylvania, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF RENTON as Obligee, hereinafter called the Obligee, in the sum of *FIVE PERCENT (5%) OF TOTAL AMOUNT OF CONTRACTORS BID* Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for South Talbot Hill Pipeline NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material fur- nished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 2nd day of March A.D. 1989 (Witness) GARY MERLINO CONSTRUCTION COMPANY, INC. (Principal) (Seal) (Title) RELIANCE INSURANCE COMPANY -7 Cy7,th a L. Scott, Attorney -in -Fact BDR-2305 Ed.10-73 RELIANCE INSURANCE COMPANY HEAD OFFICE. PHILADELPHIA. PENNSYLVANIA POWER OF ATTORNEI KNOW ALL MEN BY THESE PRESENTS, That the RELIANCE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Pennsylvania, does hereby make. constitute and appoint CYNTHIA L. SCOTT of SEATTLE, WASHINGTON -- its true and lawful Attorney -in -Fact, to make, execute, teal and deliver for and on its behalf, and as Its act and dead ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP -- end to bind the RELIANCE INSURANCE COMPANY thereby at fully and to the same axtsnt at If such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the RELIANCE INSURANCE COMPANY and waled and attested by ore other of such officers, and hereby ratifies and confirms all that its said Attorney Is 1-in-Fact may do in pursuance hereof. This Power of Attorney Is granted under and by authority of Article VII of the By -Laws of RELIANCE INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys -in -Fact and to authorize them to execute on behalf of the Company, bonds end undertakings, recognizanoet, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney -in-Fact at any time and revoke the power and authority given to him. 2. Attorneys -in -Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizences, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not nectuary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ]. Attorneys -in -Fact that[ hove power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indem- nity or other conditional or obligatory undertakings and they shall oleo have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. This power of attorney is signed and scaled by facsimile under and by authority of the following Resolution adopted by the Board of Directors of RELIANCE INSURANCE COMPANY at a meeting hold on the 5th day of June, 1979. at which a quorum sus present, and said Resolution has not been amended or ropeeled. "Rnolvsd,that the signatures of such directort and officers and the seal of the Company may be affixed to any wch power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile Seel shall be valid and binding upon the Company end any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with raspect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY has caused thtse presents to be signed by its Vice President, and its corporate sal to be hereto affixed, this 1st tiny of December 19 8.6 RELIA E INSURANCE COMPANY / —4. /4 �. • ' Vic President STATE OF Washington COUNTY OF King On this 1st day of December . 19 86 personally appeared Charles B . Schmalz to me known to be the Vice -President of the RELIANCE INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of mid corporation thereto, and that Article V11, Section 1, 2, and J of the By -Laws of amid Company and the Resolu- tion, set forth therein, are still in full force. My Commission Expires: '(Qa,17� _Z01 �' May 15 .19 90 ,4 » Notary Public in end for State of gashing o Residing at Tacoma 1, Lawrence W. Carlstrom Assittani Secretary of the RELIANCE INSURANCE COMPANY, do hereby certify that the above and foregoing it a true and correct copy of a ►oww of Attorney executed by said RELIANCE INSURANCE COMPANY, which is still in full force and of 1 Oct. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the cal of "Id Company this 7 n d day of March 19 8 9, /, Assistant Sec r sDR-tut Ea. ens Lawrence W. Carlstrom CERTIFICATION BY PROPOSED CONTRACTOR, SUBCONTRACTOR AND SUPPLIER REGARDING EQUAL EMPLOYME.`t'. OPPORrUNI':Y �is 4 e ov Prime contractor ,& . , it� 0 , <)Gu7/� /Az -';Z" i �i/ L L -1 INSTRUCTIONS )C a n/ e� ect Name This certification is required pursuant to Federal Executive Order 11246. The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors and suppliers, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. The City has heretofore adopted Resolution 2340 under date of June 2, 1980, amending a 'Fair Practices Policy,' as implemented by an 'Affirmative Action Program' therein amending the policy of the City of Renton to promote and afford equal treatment and service to all citizens and to assure equal employment opportunity based on ability and fitness to all persons regardless of race; creed; color; ethnicity, national origin; sex; the presence of a non -job -related physical, sensory or mental handicap; age or marital status. This policy shall likewise apply to all contractors, subcontractors and suppliers conducting business with the City of Renton who in turn shall affirm and subscribe to said practices and policies. The aforementioned provisions shall not apply to contracts or subcontracts for standard commercial suppliers or raw materials or firms or organizations with less than eight employees or contracts of less than $10,000 business per annum with the City. When the Contractor/Subcontractor/Supplier (hereinafter referred to as the Contractor) is required by the City of Renton to submit an Affirmative Action Plan, Lhe minimum acceptable precentage of minority employment will be that percentage which is currently listed in 'Appendix I' (City of Renton. Goals and Timetables) in the published City of Renton Affirmative Action Program, i.e. 9.11. This Program is available for review at the Municipal Building. The undersigned contractor therefore covenants, stipulates and agrees that during the performance of this contract he will not discriminate against any person in hiring, p=onoting, discharging, compen- sating or any other term or condition of employment, by reason of such person's status, reference the (11) categories listed in para. 2 above. Contractor further agrees that he will take affirmative and continuous action to insure full compliance with such policy and program in all respects; it being strictly understood and weed that failure to comely with any of the terms of said provisions shall be and constitute a material breach of this ccr.tract. Contractor shall, upon request and/or as soon as possible thereafter, furnish unto the City any and all information and reports re�sired by the City to deter-ine whether'ull compliance has been mace by the contractcr with said policy and program and contractc_ will pe =_, t access to his books, reccrds and accounts by the City for the purpose of investigation to ascertain suc:: compliance. Ccntractor further acknowledges that he has received a true and complete copy of the City's 'Fair Practices Policv." Contract Icentilication Nu;:wer CERTIFICATION BY: CONTRACTOR � or SUBCONTRACTOR or SUPPLIER NArg: (�Rctj J��rinlo C'cN����<�; ,���/ C,717p,�/v� -Z /Ve . _C c_ J ADCRESS: �,�� /C0,C r10 t J U7_IY �fITTL(t_ REPRESENTATIVES: TITLE:�5! /C��� PHONE: 1. Contractor/Subcontractor/Supplier has participated in a previous contract or subcontract subject to the Equal Opportunity Clause: `Yes `7o 2. Compliance reports were required to be filed in connection with such contract or subccntr_ct: Yes No 3. Contractor/Subcontractor/Supplier has filed all compliance reports due under applicable instructions: _' Yes No 4. If answer to item 3 is 'No", please explain in detail on reverse side of this certification. CE?"'1'ICATION: The information above is t_-ue and complete to the best of my knowledge and belief. Name and Ti o �igntr.. (please type or pr_t) q- �ic- at�re -'ate Reviewed by City Authority: i Date. Rev. 1/3:/83 CERTIFICATION OF EQUAL EgPLOYMEN7 OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub- contracts subject to the Equal Opportunity Clause and the filing of Required Reports. The bidder , proposed subcontractor , hereby certifies that he has y has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114 or 11246, and that he has t , has not , filed with the Joint Reporting Committee the Director of the Office 37 Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. &�I I i :aLlm) 0D. 2l No (Comp.aiiy) c By: (Title) Date: Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontracts unless such contractor submits a report covering the deliquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Rev. 2/88 PUBLIC WORK OR IMPROVEMENT PARTICIPATION CERTIFICATION: REF. RCW 35.22.650 CONTRACTS EXCEEDING $35'000 (multi -craft or trade); 0,000 Single craft or trade OR 10 of City's Construction Budget MINORITY BUSINESS ENTERPRISES (MBE) and WOMEN'S MINORITY BUSINESS ENTERPRISES (WMBE) (BUSINESSES OWNED AND OPERATED BY WOMEN) Contractor agrees that he shall actively solicit the employment of minority group members. Contractor further agrees that he shall actively solicit bids for the subcontracting of goods or services from qualified minority businesses. Contractor shall furnish evidence of his compliance with these requirements of minority employment and solicitation. Contractor further agrees to consider the grant of subcontractors to said minority bidders on the basis of substantially equal proposals in the light most favorable to said minority businesses. The contractor shall be required to submit evidence of compliance with this section as part of the bid. As ,used in this section, the term "minority business" means a business at least fifty-one percent of which is owned by minority group members. Minority group members include, but are not limited to blacks, women, native Americans, Orientals, Eskimos, Aleuts and Spanish Americans. The City will consider sworn affidavits presented by subcontractors in advance of contract award as one means of establishing minority status in accordance with criteria cited above. To be eligible for award of this contract, the bidder must execute and submit, as a part of the bid, the following certification which will be deemed a part of the resulting contract. A bidder's failure to submit this certification or submission of a false certification shall render his bid nonresponsive. MINORITY BUSINESS ENTERPRISE CERTIFICATION 01? � f1i/\1U Certifies that: Name of Bidder (a) it does (does not) intend to sublet a portion of the contract work and (hasI (as not) taken affirmative action to seek out and consider minority business enterprises as potential subcontractors. (b) the contacts made with potential minority business enterprise subcontractors and the results thereof are listed below. Indicate whether MBE or WMBE and identify minority group. (If necessary, use additional sheet). MBE Min. Gr. WMBE Name of firm, Bid Item, Results of Contacts 2. b 2C- 3. 2a i6 �- 4. 5. Mr. /Ms . �)A: / 7 , Cc-,��-5% has been designed as the liaison, officer for the administration of the minority business enterprise program for this firm. CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN 11 Bidder is to indicate by check -mark which of the following statements pertains to this bid package, and is to sign the certification for that specific statement: Qa) It is hereby certified that the bidder is exempt from the City's Affirmative Action Plan requirements because: "Average annual employment level is less than eight permanent employees, and the total contract amount with the City during the current year is less than $10,000." Company Date BY: Title OR b) It is hereby certified that an approved Affirmative Action Plan is on file with the City of Renton, and that said Plan specifies goals and timetables which are valid for the current calendar year. Company Date BY: Title OR c) It is hereby certified that an Affirmative Action Plan is supplied with this Bid Package. Said Plan will be subject to review and approval by the City as a prerequisite to the contract award, and it includes: 1) Present utilization of minorities and females by job classification, 2) Goals and Timetables of Minority and Female Utilization, and 3) Specific Affirmative Action Steps directed at increasing Minority and Female Utilization. Company Date BY: Title OR d) It is hereby certified that an Affirmative Action Plan will be supplied to the City of Renton within five (5) working days of receipt of notification of low -bidder status. Said Plan will be subjec_ to review and approval by the City as a prerequisite to the contract award, and it will include: 1) Present utilization of Minorities and Females by Job Classification, 2) Goals and Timetables of Minority and Female Utilization, and 3) Specific Affirmative Action steps directed at increasing Minority r and Female Utilization. 1 n(C.' Compan Date BY: �� �`�� - 7'L��JC—A Title Rev. 9/9/ 75 GARY MERLINO CONSTRUCTION CO.jINC. 9125 LOTH Ave. South Seattle, Wa. 98108 [206] 762-9125 EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION POLICY Gary Merlino Construction Co.,Inc. is an equal opportunity employer committed to providing equal opportunity and nondiscrimination to applicants and employees without regard to race or ethnicity, creed, color, national origin, sex, marital status, sexual orientation, age, religion, the presence of any sensory, mental or physical disability or whether a disabled or Vietnam era veteran. The company is equally committed to take affirmative action to increase the number of Asians, Blacks, Hispanics, Native Americans, women, and persons between the ages of 40 and 70, persons of disability and disabled and Vietnam era veterans in positions where it is determined they are underutilized. The company will make every effort to eliminate barriers to equal employment opportunity encountered by these protected group members and improve employment opportunities available to underutilized groups. The following are specific goals within the policy: A. The company will recruit, hire, train and promote individuals in all job classifications solely upon their qualifications and ability or potential ability to do the job, and shall consider race, religion, color, national origin, sex, age, physical, mental or sensory disability or whether a disabled veteran or a veteran of the Vietnam era only when such is a bona fide occupational qualification. B. All other personnel actions such as compensation, benefits, layoffs, return from layoffs, terminations, college -sponsored training, education, tuition assistance, social and recreational programs will be administered without regard to race, religion, color, national origin, sex, age, physical or sensory disability, sexual preference or whether a disabled veteran or a veteran of the Vietnam era. C. Numerical goals will be set in areas where protected classes are determined to be underutilized. The company will make every good faith effort to meet these goals within the timetables set for them. D. The company's EEO Officer or collectively with the management staff of the company has the overall responsibility for assuring that the Equal Employment Opportunity/Affirmative Action Policy is administered effectively. It is incumbent upon each officer of the company and its management staff to make a good faith effort in the execution of this policy. Gc Dated: l0 -�' 6 / EEO Officer COMPANY POLICY ON HARASSMENT It is the policy of this company that harassment on the basis of an employee's (or customer's) race, creed, color, national origin, age, sex, r,arital status, or the presence of a physical, sensory, or mental disability is a violation of company policy. Prohibited harassment includes comments, slurs, jokes, innuendos, cartoons, pranks, physical harassment, etc., which are derogatory on the basis of the employee's protected class membership or which are promoted by the employee's protected class membership. Harassment also includes negative actions based upon an employee's participation in activities identified with, or promoting the interests of a protected group. Sexual harassment includes unwelcome sexual advances, requests for sexual favors, and other verbal or physical conduct of a sexual nature. An employee has the right to use a language other than English, and to adhere to cultural and ethnic customs, without being subjected to harassment. Employees have the right to be free from such harassment on the job, either from co-workers, supervisors, or managers. Harassment is prohibited by state and federal anti -discrimination laws where: 1. submission to such conduct is made either explicitly or implicitly a term or condition of employment; 2. submission to or rejection of such conduct by an individual is used as the basis for employment decisions affecting such individual; or 3. such conduct has the purpose or effect of interfering with an individuallIs work performance or creating an intimidating, hostile, or offensive working environment. All employees are prohibited from engaging in the harassment of any employee. GRIEVANCE PROCEDURE Any employee who believes he/she is being harassed by co-workers or customers should notify his/her supervisor. Where the employee believes that he/she is being harassed by his/her supervisor, he/she should notify the supervisor's supervisor. Where the employee is uncomfortable in discussing harassment with his/her supervisor, the personnel department may be contacted instead of the supervisor. No employee will be retaliated against in any way for complaining of harassment. INVESTIGATION OF COMPLAINTS When a supervisor is notified of alleged harassment, he/she will promptly investigate the complaint. The investigation will include interviews with the directly involved parties, and where necessary, employees who may have observed the alleged harassment or who may be similarly situated with the complaining employee (and therefore may be able to testify to their experience with the accused employee). MATERNITY POLICY Pregnancy is an expectable incident in the life of a woman. Many women of childbearing age depend on their jobs for economic support. The company shall not adopt a policy contrary to RCW 49.60 or WAC 162-30-020 such as terminating pregnant women, refusing to grant leave or accrued sick pay for disabilities relating to pregnancy, or refusing to hire women for responsible jobs because they may become pregnant, impair the opportunity of women to obtain employment and to advance in employment on the same basis as men. The company is aware that such practices discriminate against women because of their sex. DISCIPLINARY ACTION If the investigation shows that the accused employee did engage in harassment, the supervisor will take appropriate action which will include a warning that any continued harassment may result in a negative employment action such as suspension or termination. Additional actions which may be taken include, a verbal and/or written reprimand, and letter to the employee's file, or an employee transfer where warranted. Where the complaint cannot be substantiated, a general warning shall be made to all employees regarding the possible ramifications of substantiated harassment complaints. In all instances, the complaint and investigation will be handled in a confidential manner. This policy will be distributed to all current employees, and to new employees during orientation. City of Renton Combined Affidavit i Certification Form: Mon-Collusion.Anti-Trust. and Miniaaa page (Mon -federal Aid) MON•-COLLUSION AFFIDAVIT Being duly sworn, deposes and says. that he Is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or col- lusive or made In the interest or on behalf of any person not therein named, and further, that the deponent has not directly Induced or solicited any other Bidder on the foregoing work or equipment to put In a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PLR KkSER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are In fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations com- mencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. 0 MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project. I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASS I (LAMENT OF ANT i -TRUST CLAIMS TO PLRCKkSER AND MINI " WAGE AFFIDAVIT c ) � -N-4 �AL Mare of Name of Bidder's Firm mod. Sign re otj Authorized Representative ot Bidder Subscribed and sworn to before so on this 9 day of 19 �1 - / Q Notary Public in s d for the Staie of Washington Residing at FEE--=- _= i:IC� 1= lI: E_r~ PR$VAILING WAGE RATES !OR PAIWTZRB TERRITORY COVERHb: GRAY8 SAABOR, IS WAND, RING, KITBAP, PIERCE, SXAOIT, BNOROXIBE, THURSTON and WHATCOM I JM 40 i�� CLLk88IPICATIONS -3/ 86 Brush, Roller, Paperhanger 17.24 Sandblast Pot Tender 17.24 Industrial Painter* 17.64 Steeple Jack, Tower 17.99 Foreman: 75 cents per hour over the highest p&id journeyman on Vo- joL. General foreman: $1.00 per hour over the higbast paid journeyman on the job. Industrial Painter: Steam Cleaner, Power flash (over A^ooc psi), Bridge, Epoxy, Toxic Spray, sandblast, Steel, Tam1, Suspended Scaffo; ong, pipes, Industrial Mork in the Industrial Plants. FRINGE BENEFITS Health i Welfare/Dental 1.70 Pension .96 Apprentice Training ,LQ� 2.72 OVERTIKE: ZYFBCTIVE 10115LV All Dours worked in exoesb of 8 hours per day or 40 hours per week shall be paid at onc and one-half times the regular rate of pay. j!LZ6V_F 2.": IFIBCTIVE JUNX 9, 2998, TKU PAYMENT of OVYIP71MY RRTEB 18 NOT RZQVIRSD FOR THE FIRST M) ROUR£ IN EICKSS or L�aGE7 HOURS PEP DXY, XONDAY THROIIG.E TRIDly, VnEk TAP CONU:TIONE STIPULATED IN WAC 296-127-022. TEL 1d TERRITORY COVEREDs XSLA"* APPRIXTIM �I1/88 KING, SNOHOMISH, EFFECTIVE DATE6 A" WRATCOY SKAGIT Rr.rate Fr. Benefits lot 6 months 40% 6.90-1.76 2nd 6 months 45% 7.76-1.76 3rd 6 months 50% 0.02-1.76 4th 6 months 55% 9.49-1.76 Sth 6 months 60% 10.34-2.28 6th 6 months 70% 12.07-2.36 7th 6 months 60% 13.70-2.45 8th 6 months 90% 15.52-2.53 TERRITORY COVEREDi ISLWD, RING, SNOHOMISH, SKAGIT, AND WHATCOM Artars�tioRs Indentured After 4/201e8 Eft9atjv! 4/20/88 lot 750 hours 35% 6.03 2nd 750 hours 40% 6.90 3rd 750 hours 45% 7.76 4th 750 hours 30% 8.62 5th 750 hours 60% 10.34 6th 730 hours 70% 12.07 7th 750 hours 60% 13.79 Sth 750 hours 90% 15.52 TERRITORY COVERED: GRAYS HARBOR, EITSAP, PIERCE and THURSTON Painters hired after April 1, 1987t 1st 6 months 40% 6.00-1.76 2nd 6 Months 43% 7.76-1.76 3rd 6 months 50% 9.62-1.76 4th 6 months 55% 9.48-1.76 Sth 6 months 60% 10.34-2.28 6th 6 months 70% 12.07-2.36 7th 6 months 80% 13.79-2.45 8th 6 months 90% 15.52-2.53 Painters hired prior to April 1, 12871 1st 6 months so% 8.62 2nd 6 months 55% 2.48 3rd 6 months 60k 10.34 4th 6 months 65t 21.21 Sth 6 months 70% 12.07 6th 6 months 75% 12.93 7tb 6 months 95% 14.95 8th 6 Months 95% 16.32 11 • • • • 0 rEE, __ - jLi: E _ ?E_ 11_ �C_�, -i • IJEL: 1= • �r� PREV)LILIWG WAGE RATES FOR LANDSCAPE CONSTRUCTION TERRITORY CoVEASD: KING COUNTY. EFFECTIVE DATES izLASSI CATIONS 10_/i/se Landscape Laborers 8.00 Lavn Sprinkler Installers 10.62 Irrigation Equip. Installers 10.62 Equipment Operators 11.50 FRINGE BENEFITS Landscape Leboz•ers c Lawn Sprinkler Installers 3.25 Irrigation Equip. Installers 3.25 Equipment Operators 3.95 OVERTZKE: ?QR i►P►kMOCAPE LABORERS All hours vorkod in excess of 8 hours per day and 40 hours per week shall be paid at one and one-half tines the regular rate of Pay OVERTIME: FOR ]AAWN SPRINKLER INSTALLEM, IRRIGATION EOCIPMENT INST LLERB AND PARER EQUIPMENT OPERAIMS All hours in excess of 8 hours per day and 40 hours per reek, Monday through Saturday, shall be paid at one and one-half times the regular raise of pay. All hours worked on Sundays and Holidays shall be paid at double the regular rate of pay. HOLIDAYS: POR ]SAWN SPRINKLER INSTALLS". IRRIGATION EQUIPY-t INST7�LLE" AND POSER EQUIPMENT OPERATORS Now Year's Day,, Memorial Day, Independenoe Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day and Ch:A str:ts Day (7) . PL•EhOE MOTE: ]IFFEC:'IVE JUNE 9, 1988, THE PAYS. n OF OVERTIVL RATLS 10 NOT XSQUIRED FOR T" FIRST TWO HOURB IN EYCE82 OF EIGHT HOURS PER DAY, UNDER THS CONDITIONS STIPULATED IN RAC 296-127-022. FEB-08- _ I.JEL 117,:27 ID: --= TEL 110: 5i PR.BVAILING WAGE RATES TOR L"ORERS TERRITORY COVERED: CLALLAM, GRAYS HARSOR, JEFFERSON, VAM, RITSAP, LEWIS, KASON, PACIFIC, PIERCE, BNOHOMIBH and THUR.STON Counties. rRINGE BENEFITS EFFECTIVE DATES 7/1/87 2/:LIS8 Health 6 Welfare 1.75 2.75 Pension 1.55 1.55 Training Fund _13 .13 3.43 3.43 APRENTICES 0-1000 hours 60% 9.13 9.28 2001-2000 hours 70% 10.65 10.82 2001-3000 hours 80% 12.17 12.37 3001-4000 hours 90% 13.69 13.91 OVERTIME: All hours in excess of 8 hours per day or 46 hours hours per week, Monday thru Friday, and all hours worked on Saturdays (except a make-up day if work is lost due to weather conditions) shall be paid at one and one-half times the regular rate of pay. All hours worked on Sunday& and Holidays shall be paid at double the regular rate of pay. PLEASE NOTE: EFFECTIVE JUNE 9, 19880 THE PAYMENT OF OVERTIME RATES IS NOT R$QUIR.ED FOR THE FIRST TWO HOURS IN EXCESS OF EIGHT HOURB PER DAY, KONDAY THROUGH FRIDAY, UNDER CONDITION6 STIPULATED IN WAC 296-127-022. HOLIDAYS: New Year's Day, memorial Day, Fourth of July, Labor Day, Thanksgiving Day, the Friday and Saturday following Thanksgiving Day and Christmas Day. Page i of 3 Pages FEE-r2_- E 1- __ - E'=H'- TEL 20t, 586 &_: w $.40 Window wasber/cleaner* *Detail clean-up, such as, but not limited to, cleaning floors, Ceilings, walls, windows, etc., prior to final acceptance by owner. group0 l0. Batch weighman Crusher Feeder Pilot Car Toolroom man (at job site) 9—roup III L5 . 15. GENERAL LABORER Air, Gas or Electric Vibrating Screed Ballast Regulator machine Carpenter tender Chipping Gun Chuck Fender *Cleaning Laborer Concrete Form stripper Finisher Tender Curing Laborer Demolition: wrecking i Moving (including charred aaterial) Epoxy Technician Gabian Basket Builders Grinders Pot Tender Powdermants Helper Stake Hopper Topman-Tailman Tugger Operatoz Cement. *The use of Cleaning laborers is limited to the following situations: a. When the clean-up is performed for more than one trade (usually employed by General Contractor). b. When assisting those trades for which laborers have been specifically designated as tenders e.g., cartienter tender, cement finisher tender, etc. Group Io 15.69 iS . 94 Cement Dumper -Paving Clary Power Spreader Concrete Saw Operator Faller 6 Sucker Chains saw Grade Checker i Transit Kan Page Pipe Reliner (not insert) Railroad Spike Puller -Power Raker -Asphalt Spreader (concrete) 2 ci 3 Pages C7 • • 0 • i • 6 FEE-��'_- ?'� I.dE1, __ ': -- I= ESH= TEL HO: �0E. 586 C. F = Group iv Cont. High Scaler Jack Balmer Mortarman 6 Rodcarrier Nozzleman (concrete pump Green cuter when using combination of high pressure air 6 water on concrete & rock, sandblast, clunnite, shotcrete) Pavement Breaker Pipe Layer i Caulker 15.69 15.94 Track Ling -POWER Tamper (multiple i self propelled) Tamper i Similiar Electric, air 5 gas operated tools Vibrator Wagon Driller i Air Track operator Well Point Laborer 1-12M - y . 05 16.30 Caisson Worker Diver xiner Powderman Re-Timberm an Foreman: 6.50 per hour above the highest laborers classification supervised. Page 3 of 3 Pages 0 WEE) 1-3:70 I I, : - TEL I j- 56- E:E,52 0 0 r] r� PREVAILING WAGE RATES TOR FENCE ERECTOR AND FENCE LABORER TERRITORY COVERED: OTATEWIDL - EXCEPT 8AN JDP►N COUWTY. THE SCOPE OF WORK INCLUDES; guard rails, median rails, quide and reference posts, sign poata and right -of -ray markers. WXG$ RATES ZYYECTIYF VATEE CLASSIFICATION6 10/1/86 Fence Erectors Fence Laborer 13.90 11.60 OVERTIRE: All hours worked in excess of 8 hours per day and 40 hours per week shall be paid at one and one-half times the regular rate of pay. PLf:AS-E _I+i E: EFFECTIVE JU'N'E 91 1988, TEE PAYK.ENT OF OVERTIM-E RATES IS NOT REQUIRED FOR THE FIRST TWO HOURS IN EXCESS OF FIGHT HOURS PER DAY, UNDER CONDITIONS STIPULATED IN WAC 296-127-022. u E_ ! - TEL 140: i=r, 5EE. 8�--'.=_,1 r__1 F'i:_ TERRITORY COVERED: PR$VAILING WAGE AATLS tOR ELECTRICAL WORKERS CLALLAM, JEFFERsOM, KING and XXTBAP Counties F CTIVE DAmra CLASSIFICATIONS 3/2189 Journeyman Wireman t9.72 Cable splicer (110%) 21.69 Construction Stockman (50%)a 9.86 RINGS Health and welfare 1.235 YEBF 3% Local Pension 2.30 Training Fund .10 *Local pension 1.00 OVERTIME: Effective 9/1/86-The first 2 hours in excess Of 8 hours per day, Monday thru Friday, all hours worked in excess of 60 hours per reek, and the first 8 hours on Saturdays, shell bs Paid at one and one-half times the regular rate Of pay. All other overtime hours and all hours worked On Sundays and Holidays shall be paid at double the regular rate of pay. ELVASE NOTE: EFFECTIVE JUKE 9, 1988, THE PAYMENT OF OVERTIME RATES IS NOT REQUIRED FOR TES FIRBT TWO HOURS IN EXCESS OF E1GRi HOURS PER DAY, MONDAY THROUGH FRIDAY, UNDER THE CONDITIONS STIPULATED IN WAC 296-127-022. HOLIDAYS: Now's Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, the day after Thanksgiving Day aa- Christmas Day. Ok 40 Q 0 FEE-_ _ -- ;.jC D Ii,: E=,H_ Tc_ -�' --- -- ---- �_ APPRENTICES EFPEC7'IPE DATER lot 6 months 35% 6.90 2nd 6 months 45% $.99 3rd 6 months 50% 9.99 4th 6 months 55% 10.85 5th 6 months 65% 12.95 6tb 5 months 75% 14.79 7th 6 Months $OTC 15.70 8tb 6 months 80% 15.78 JkPPRENTICE3 MDENTURED ON OR AFTER 112/$4 First 1000 hours 1000 - 2000 hours 2000 - 3500 hours 3500 - 5000 hours 5000 - 6S00 hours 6500 - 8000 hours 3S% 6.90 40% 7.89 55% 10.85 6S% 12.82 75% •4.79 60% IS.78 PRIFQE BENEFITS FOR APPRENTICES INDENTURED ON -OR AFTER 1 2ZSS First 1000 hours 1.445 1000 - 2000 hours 1.475 2000 - 3500 hours 2.935 3500 - 5000 hours 3.215 5000 - 6500 hours 3.505 6500 - 8000 hours 3.645 FEE-38--'89 WEL 13:32 ID: ESAC TEL FJG: 206 SEE: GE,51 u6i 1 Fi_ PREVAILING IFAGE RATES FOR CERENT XASONS 090-00-00-0000 T=RRITORY COVERED: CLALLXI, GRAYS B-A"OR, JEFrERSON, KING, XITSAP, 1XVI6, lIASON, PACIFIC, PIERCE, and THURSTON Counties. FRINGE BENEFITS _CLASSIFICATIOV 1/ r/S8 3 ?85, Health i Welfare 1.60 1.60 Pension 1.75 1.75 Training Fund .14 .10 3.45 3.45 OVERTIMEE: All hours worked in excess of S hours per dap or 40 hours per week, xonday through Friday, and all hours worked a:; Saturday (except for make-up days) shall be paid at one and ohe-half times the regular rate of pay. all hours worked on Sundays and Holidays shall be paid at double the regular rats of Pay. pIrEABE NOTE: EFFECTIVE JUNE 90 1986, THE PAYMENT OF OVERTIME RATES 19 NOT REQUIRED FOR THE FIRST TWO HOURS IN EXCESS OF EIGHT HOURS PER DAY, MONDAY THROUGH FRIDAY, UNDER THE CONDITIONS STIPULATED IN WAC 296-127-022. HOLIDAYS! New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Friday and Saturday after Thanksgiving and Christmas Day (g). 0 Z. _- '' - - �- -- it E'= : TE,- '1- ='-�= c=- =-='i CL?L@@IrIC?6T1Q)4 1/15/06 3/2/69 GROUP I 18.41 10.61 Cement Mason - building General Concrete Paving, Patching concrete, Curing Concrete, Curb and Gutters Sidewalks Application of Sealing Compound GROUP II 18.66 18.91 Application of Undarlayment, Composition Mastic, Epoxy, Plastic Concrete Saw (self Powered) Grinders and all other Power Tools used by Cement Kasons Hand powered Grinder Sandblasting Architectural Finisb Finish Colored Concrete Gunite Nos:laman Turnal Vorkers GROUP III 19.91 20.16 ram•. _• 1 � �' i -� Trovel Machine on Colored Slabs, Composition or Xalmar Floors FOREXAN: 2-5 men supervised 19.26 --- 6 or more son supervised 19.91 --� General Foreman 21.39 --- APPR.ENTIM lot 6 months So% 9.205 9.305 2nd 6 months 60% 11.05 11.17 3rd 6 months 70% 12.69 13.03 4th 6 sontbs 80t 14.73 14.69 Sth 6 months 90t 16.57 16.75 6th 0 sontba 95% 17.49 17.69 tb-Q,:_1 ,;Ei _ -- ii E'=,H= TES fv_i: --ci.__-- PREVAILIUG WAOt RAVES FOR CARPENTBR8 070-00-00-0000 TERRITORY COVERED: CLALLAM, GRAYS BARBOR, ISLAND, JEFFERSON, RING, EITSAP* LEWIS, MASON, PIERC$, SKAaIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIEB. FRINGE BENEFITS =9TrYl- FATE 3/1/88 3/2/09 HEALTH i WELFARE 1.50 1.50 PENSION 1.40 1.40 TRAINING .06 .06 2.96 2.96 EFFECTIVE IZIZ87 OVERTIME: All hours worked in excess of 8 hours per day or 40 hours per weak, Mcndt+y throe^h and al-1 houra worked or Satuidays (eg�ept make-up days if rusk Ys lost dua to y6atht�_ conditions) shall be paid at one and one-half times the regola- rate of pay. All hours worked on Sundays and Holidays shhl= be paid at double the regular rate of pay. PLEASE NOTE: EFFECTIVE JUNE 9, 1988, THE PAYMENT OF OVERTIME' RATES I8 NOT REQUIRED FOR THE FIRST TWO HOURS IN EXCESS OF EIGHT HOURS PER DAY, MONDAY THROUGH FRIDAY, UNDER CONDITIONS STIPULATED IN WAC 296-127-022. HOLIDAYS: New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Friday and Saturday following Thanksgiving Day and Christmas Day. TEL I-�_r 5 �1i rlc _ 8t_1 A IdNs e 2 Carpenters 17.97 14.07 Drywall Applicators ----------- ----------------------- ------------------------------ Carpenters working on burned, 17.97 18.17 charred, creosoted or treated iat*rials - M - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Floor rinishers 26.00 18.20 Boor Layer Floor Bander operator Operators of other stationary woodworking tools Sawfilers Shinglers Stationary Power Saw operators ------------------------- Aaoustical workers 18.03 18.23 -- Bridge, Dock i lfhnrf 18.07 18 ?7----------------- Carpenters Piledrivers --• ------------------------------------------------------------- Millwright and 16.37 18.57 Machine Erectors CARPENTERS APPRENTICE6 1st 6 months 60% 10.726 10.84* 2Ad 6 Months 65% 11.62* 11.745+ 3rd 6 months 70% 12.51 12.65 4tb 6 Months 75% 13.40 13.55 5th 6 months 80$ 14.30 14.46 6th 6 months 85% 15.19 15.36 7tb 6 Months 9C% 16.08 16.26 8th 6 months 95% 16.98 17.17 *No pension contributions are required for Carpenter Apprentices during the first and second stage of progression. *ir tic�_oontin2& cr,_ fL110yinc R496, -- 1- li: ESh= TEL PiO: --- E_ The apprentice schedule listed below apply in addition to the schedule listed above. 9 lot 1000 bourn So% 0.935 9.035 2nd 1000 hours 60% 10.72 10.94 3rd 1000 hours 68% 12.15 12.29 4th 1000 hours 76% 13.58 13.73 5th 1000 hours 94% 15.01 15.18 6tb 1000 hours 92% 16.44 16.62 AC-Q!L= L aP-UI CAT Rs lot 1000 hours 5o% 9.015 9.115 2nd 1000 hours 60% 20.82 10.94 3rd 1000 hours 68% 12.26 12.40 4th 1000 hours 76% 13.70 13.85 Sth 1000 hours 94% 15.145 15.31 6th 1000 hours 92% 16.59 16.77 PILEDRIVERS AppRE? jT s 1st 6 months 45% 8.13 8.2 21nd 6 months 5o$ 9.035 9.135 3rd 6 months 55% 9.94 10.05 4tb 6 months 60% 10.84 10.96 Sth 6 months 6s% 11.75 ll.875 nth 6 months 70% 12.65 12.79 7th 6 months 75% 13.55 13.70 eth 6 ]months SS% 15.36 15.53 FOREK": $1.00 per hour above the highest journeyman classification under his supervision. rtt•-_1C- =1 L' t'_n'._ ItL fIl_ =-- --- ---i TERRITORY COVERED: PREVAILING WAGE RATES FOR PLU"ZR8 AND PZPEYITTERB CLALLAM, JEFFERSON AND ZING COUKTIE6. WAGE RATES OJ444JAIM- 9LA9 5"_IFICATIONS 1111106 Journeyman Plumber 19.25 Journeyman steamritter 19.25 Commercial Pump Installer 19.25 Welder 19.25 Foreman 21.18 General Foreman 22.14 FRINGE BENEFITS Health and Welfare 1.70 Dental .41 Pensior 2.60 Vacation 2.75 Rebound Progran .05 Apprentice Training _118 7.69 OVERTIME: The first 2 hours in excess of 9 hours per day, Monday through Friday, and the first 10 hours on Saturday, shall be paid at one and one-half tines the basic wage rate plus one and one-half times the Health and Welfare and Vacation. Dental, Pension and Training Fund Benefits shall be paid at the rag-ular rate of pay. All other overtime hours and all hours worked on Sundays and Holidays shall be paid at two times the basic wage rat* plus one and one-half times the Heaitb, Welfare and Vacation. Dental, Pension and Training Fund Benefits Shtll bL paid at the regular rate of pay. PLE)k;E NOTEi EFFECTIVE JUKE 9, 1988, THE PAYMENT OF OVERTIKE RATES I8 NOT REQUIRED FOR THE FIRST TWO HOURS IN EXCESS OF RIGHT HOURV PER DAY, MONDAY THROUGH FRIDAY, UNDER THZ CONDITIONS STIPULATED IN WAC 296-127-022. HOLIDAYS: New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgivinq Day, Friday after Thanksgiving Day and Christmas Day (7) . FEE- =- _ - OEI, 13:3E i D ES:;_ TES_--- • lot 9 months 35% 2nd 9 months 40% 3rd 9 months 45% 4tb 9 months 50% btb 9 months 60% itb 9 months 70% 7tb 9 months 85% ZFrECTrVE DATED 1111186 APPUMCEB 6.74* 7.70* 0.66* 9.62S* 11.59 13.475 16.36 *NOTE: Pension benefits are not paid for apprenticds in ti:�j let, 2nd, 3rd or 4th stages of progression. • • • 11 a it 0 TEL. �1 `rE' 5__ PREVAILING WAGE RATES FOR TEAMSTERS TERRITORY COVERED: CLALLAX, GRAYS $ARBOR, JEFFERSON, .i"-o RITSAP, LEWIS, MASON, PACIFIC, PIERCE and THURSTON Counties. )FADE RATES EFFECTIVE DATES 91XIS- TFICATION6 7/15 88 A-Fra►me or Hydralift trucks 18.14 or similar equipment when A-Trame or Hydralift or similar equipment is in use Buggymobile 17.83 Bulk Cement Tanker 17.99 Bull Lifts, or similar equip- ment used in loading or unloading trucks, transporting materials on job sites: warehousing 17.66 Other than Warehousing 18.01 Bus or Kanhaul 17.66 Dumpsters and similar equipment: Tournorockers, Tournovagon, Tournotrailer, Cat DW series, Terra Cobra, LeTourneau, Westinghouse, Athey Wagon, Euclid, 1'wo and Four -Wheeled Power Tractor with Trailer and similar Top Loading equipment transporting material and performing work in Teamster jurisdiction. Dump Trucks, Bide, End and Bottom Dump including Semi -Trucks and Trains or combinations thereof: Op to and including 5 Yards 17.56 Over 5 Yards - 12 Yards 17.78 Over 12 Yards - 16 Yards 17.94 Over 16 Yards - 20 Yards, 17.99 Over 20 Yards - 30 Yards 18.16 over 30 Yards - 40 Yards 18.32 ovcr 40 Yards - 55 Yards 18.49 (Fifteen cents ($.15) per hour increase for each 10 Yard inurement over 55 Yards) 8scort or Pilot Car 12.50 Explosive Truck (field mix) and similar equipment 17.88 Flatbed: Single Rear Axle 15.75 Duel Rear AYle 17.77 -rE _ WED _ ID: E=- TEL HCLAis s ... 2/15/88 Grease Truck, h:el Truck, Greaser, Battery service man aid/or Tire service Kan 17.66 Hyster Operators (Dandling bulk loose aggregates) 17.03 Leverman and Loaders at bunkers and batch plants 17.56 Lowbed and Heavy Duty Trailer: Under $0 Ton Gross 17.08 Over 50 Ton Gross - 200 Ton 10.16 Over 100 ton Gross 18.32 Mechanic 18.00 mechanic Helper 17.41 Oil/Transport Tanker 15.37 Pickup eveeper 15.7S Pickup Truck 15.75 Road Oil Distributor 17.99 Scissor Truck 17.46 Slurry Truck 17.88 Sno-go and similar •quipment 17.88 Spreader, Flaberty 27.99 Straddle Carrier (Ross, Hyster and similar equipment) 17.83 swampers 17.56 Team Driver 17.61 Tractor, small rubber -tired (whe: used within Teamster Jurisdiction) 17.66 Transit -mix used exclusively in heavy construction: 0 - 4 1/2 Yards 17.87 4 1/2 Yards - 6 Yards 18.04 6 Yards - 8 Yards 18.20 8 Yards - 10 Yards 18.36 10 Yards - 12 Yards 18.53 12 Yards - 16 Yards 18.69 16 Yards - 20 Yards 18.65 Over 20 Yards 19.01 NOTE: All types of trucks or equipment used to haul Portland Cement ready -mix shall be governed by the transit -mix scales. VACUUM Truck 17.66 Rarebousemen and Cbeckers 17.56 Water Wagon and Tank Truck: Op to 1600 Gallons 17.66 1600 - 3000 Gallons 17.$3 Over 3000 Gallons 17.99 Winch Truck: Single Rear Axle 27.66 Dual Rear Axle 17.88 Wrecker, Tow Truck and similar equipment 17.66 CE, :!E !1 "- 1:�: C=-- TES H10: 'Clt ___ _=C_ FG_ rRINror BEKEFITS 7ZZSZ98 Health and Welfare 1.89 Pension 1,a2 3.71 OVERTIME: All hours worked in excess of 8 hours per day or 40 hours per Meek, Monday through Friday, and all hours worked on Saturdays (except when worked as a make up day if Mork is lost due to weather conditions) shall be paid at one and one-half timeu the regular rate of pay. All hours worked on Sundays and solidays shall be paid at double the regular rate of pay. gLEAl3E HOTI: EFFECTIVE JUKE 9, 1988, THE PAYMENT OF OVERTIME RATER 1$ NOT REQUIRED FOR THE FIRST TWO HOURS IN EXCESS OF EIGHT HOURB PER DAY, MONDAY THROUGH FRIDAY, UNDER CONDITIONS STIPULATED IN *AC 296-127-022. SOLII)AYS: New Yearfs Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Friday and Saturday after Thanksgiving Day and Christmas Day (8). �=- __ t.lE� �_ _17;� . E_-_ TEL 1;._ 20t =,o crc- r.=:. r- __ PR"KILINO WAGE RATES FOR OPERATING ENGINEERS TERRITORY COVERED: CLALLAXp GRAYS RARHOR, ISLAND, JEFFERSUN, KING, EITSAP, LEWIS, PACIFIC, PIERCE, SKAGIT, BNOBOXISH, THURSTON and W"TCOM Counties. FRINGE__ DERZFITS ZFE$CTIVE DATgS 1/1/88 Health i Welfare 1.95 Penslor 2.00 Training L" 4.21 $0.50 Vacation Benefit included in base wage. OVERTIME: All Mork performed in excess of S bours per day or 40 hourri per week, Monday through Friday, and all work performed on Saturdays, (except when worked as a make-up day if work is Yost due to weather conditions), &hall be paid at one and one-half times the regular rate of pay. All work performed on Sundays and Holietays shall be paid at double the regular rat* of pay. MAtk NOTE: EFFECTIVE JUNE 9, 1988, THP PAYKENT OF OVERTIkE RATES IS NOT REQUIRED FOR THE FIRST TWO HOURB IN EXCESS OF LIGHT HOURS, PER DAY, XONDAY TROUGH FRIDAY, VWDER CONDITIONS STIPULATED IN WAC 296-127-022. HOLIDAYS: New Year's Day, Xemorial Day, Fourth of July, Labor Day, Thanksgiving Day, Friday and Saturday after Thanksgiving Day and Christmas (8). Pagc 1 of 4 Pages TEL rar: 20E 58E . fi_ii GROUP IA 19.23 Crane 10o tons i over or 200, of boos including jib and over Loader s yards i over Overhead, bridge type crane, 100 tons 6 over Shovels and attachments, 6 yards i over GROUP I 10.73 Cableways Cranes 45 tons through 09 tons or 150, of boom including jib Rollagon Tower Crane Helicopter flinch Remote Control Operator on rubber tired etrta mo•ing equipment Loader, Overhead 6 yards up to i yards Mucking Machine, Mole, Tunnel Drill and/or shield Overhead, Bridge Type crane, 45 tons through 99 togs Quad 9, $b411 D10 Scrapers, self-propelled 45 yards i over Shovels, backhoes over 3 yards to 6 yards Slipform Pavers Transporters, all track or truck type GROUP II I 16.29 Bump Cutter Chipper Concrete Batch Plant Operator cranes 20 tons through 44 tons Crushers Derrick Drilling Machine Finishing Machine Loaders, Overhead under 6 yards Locomotive, all Mechanics, all; Leadman 30 cents over Mechanic Mixers, Asphalt Plant Motor Patrol Graders, Finishing Overhead, Bridge Type crane 20 tons through 44 tons Paver, Crub Extruder Piledriver Piledriver/Skid Type Pump Truck mounted Concrete pump with boom attachzent Roto-Mill Pavement Profiler Scrapers, self-propelled under 45 yards Page 2 of 4 Pages EEPECTIVE DINES GROUP I I CONT + D 111.29 6crsed Kan shovels, aactboes 3 yards and under 8ubgrader Trimmer Tractors, backboe over 60 S.P. GROUP III 17.93 A -frame crane over to tons concrete pumps conveyors Cranes through l9 tons Dozers D-9 i under, Yo Yo Paydozer Equipment service Engineer Fork lifts Hoists, Air Tuggers, strato Tower BucXrt slavators i desk vinc::se Hydralifts/Boom Trucks over 10 tons Loaders - Elevating Type Motor Patrol Grader - nonfinishing oiler Driver on Truck Cranes Roller, Plant Mix or Multi -lift materials; Saws, concrete Scapers - Carry all scapers, Concrete Spreaders, Blaw Inox, Cedarapids, Jaeger, similar types Tractors, Backboe 60 H.P. and under Trenching machines GROUP IV 15.93 compactor Flaherty or A -Frame Cranes to tons and under Assistant Engineer Bobcat brooms compressor Gradechecker and Stakaman Hydralifts/Doom Trucks, 10 tons and under Oil Distributors, Blower Distribution i mulch seeding operator Pavement Breaker Permanent shaft -type elevator Porthole Digger, mechanical Power Plant Probe Tender (Roto-Mill) Pumps, Water Roller, other than plant six Wheel Tractors, Farmall typo age 3 Of 4 Pages rORLM"t $0.50 per hour over highest classification under Lis supervision. *APPRENTIers lot $00 hours 55% 9.86 2nd Soo hours 60% 10.76 Mink 1000 hours 65% 11.65 Next 1000 hours 70% 12.5$ text 1000 hours 75% 13.45 Next 1000 hours 80% 14.34 NOXt 1000 hours 90% 16.14 *Percentage based on the wage rates of Croup III. Page 4 of 4 Pages • • 0 • 7 0 PART 2 CONTRACT FORMS d) .�1 Earl Clyrier, Mayor April 21, 1989 Mr. Gary Merlino Merlino Construction Co. 9125 10th Avenue S. Seattle, WA 98109 CITY OF RENTON Re: Bid Award - South Talbot Hill Pipelines, #W-965 Dear Mr, Merlino: FINANCE DEPARTMENT Maxine F. Motor, City Clerk At its regular meeting of April 17, 1989, the Renton City Council accepted your Overall ION%' bid for the above -referenced project in the amount of $305,599.84. To enable preparation of the contract documents, please submit an undated performance bond, insurance certificate and proof of City and State business licenses to project engineer Abdoul Gafour, Engineering Division, 235-2631. Sincerely, crry OF RENTON M ri 11 J. petersen Deputy City Clerk cc: project Engineer Abdoul Gafour 200 Mill Avenue South - Renton, Washington 98055 - (206) 235-2501 ME: NOTICE TO PROCEED DATE: /ROJECT: rR JOICT NQ CONTRACT: You are hereby notified to comma nca WORK in accordance with the Contract dated 19__, on or before , 19 , and you are to complete the WORK within consecutive calendar days thereafter. The data of completion of all WORK is therefore 19__ . very truly yours, CH2hI HILL, INC. •►S N A'TL R t Receipt of this NOTICE TO PROCEED is hereby acknowledged This, the day of , 19 CONTRACTOR: BY: TITLE: P11me so and return one copy of this Notice to Proceed Acknowledgement to: RENTON PIPELINES S22074B SEA CONTRACT This Contract, made and entered into this .9 day of 19,,V , by and between the City of Renton, Washington, a nicipal corporation, hereinafter called the "Owner", and Gary Merlino Construction Company of 9125 - 10th Avenue South, Seattle WA 98108 here ni after called the "Contractor"; WITNESSE'TH: The Contractor, in consideration of the sum to be paid him by the Owner and of the covenants and agreements herein contained, hereby agrees at his own proper cost and expense to do all the work and furnish all the materials, tools, labor, and all appliances, machinery, and appurtenances for the construction of the South Talbot Hill Pipelines to the extent of the Proposal made by the Contrac+:or, dated the 9th day of March , 19 89 , all in full compliance with the Contract Documents referred to herein. The BIDDING REQUIREMENTS, including the signed copy of the Proposal, the CONTRACT FORMS, the CONDITIONS OF THE CONTRACT, the SPECIFICATIONS, and the DRAWINGS, which consist of 8 sheets entitled "South 'Talbot Hill Pipelines," dated November 1988, are hereby referred to and by reference made a part of this Contract as fully and completely as if the same were fully set forth herein and are mutually cooperative therewith. In consideration of the performance of the work as set forth in these Contract Documents, the Owner agrees to pay to the Contractor the amount bid in the Proposal as adjusted in accordance with the Contract Documents, or as otherwise herein provided, and to make such payments in the manner and at the times provided in the Contract Documents. The Contractor agrees to complete the work within the time specified herein ,and to accept as full payment hereunder the amounts computed as determined by the Contract Documents and based on the said Proposal. The Contractor agrees to remedy all defects appearing in the work or developing in the materials furnished and the workmanship performed under this Contract during the warranty period after the date of final acceptance of the work by the Owner, and further agrees to indemnify and save the Owner harmless from any costs encountered in remedying such defects. S22074.B1 NOV 1988 00500 1 CONTRACT RENTON PIPELINES S22074B SEA • The total amount for this Contract is Three Hundred Five Thousand, Five Hundred Ninety -Nine and 84/100 ($ 305,599.84 �. Payment will be made as stated in the General Conditions of this �• Contract Document. It is agreed that the Contract, based upon the Proposal, shall be fully complete by August 31 , 19 89 . • • In the event that the Contractor shall fail to complete the work within the time limit or the extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid at the rate of $500 per day. Sundays and legal holidays shall be excluded in determining days in default. e • IN WITNESS WHEREOF, we, the parties hereto, each herewith subscribe the same this _-:2? day of A.D., 1999 . ONTRACTOR TY OF RENTON �• Presiden tner Owner Mayor ATTEST: �• Secretary City Clerk d/b/a Firm Name • Individual Partnership Corporation A Corporation State of Incorporation APPROV S TO FORM �• City Attorney ATTENTION: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the Contract Document. 4 • S22074.B1 NOV 1988 CONTRACT 2 00500 RENTON PIPELINES S22074B SEA If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. 522074.B1 NOV 1988 00500 3 CONTRACT DUPLICATED EXECUTED ORIGINAL Bond No. B 1604167 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned GARY MERLINO CONSTRUCTION COMPANY, INC. 9125 loth Ave. So., Seattle, Wa 98108 as principal, and RELIANCE INSURANCE COMPANY corporation organized and existii.g under the laws of the State of PENNSYLVANIA as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the ity f RenLgp-in t I* sum of *Three Hundred S 305, 599.84 Five Thousand Fivef�n�d l meta o wha cfigs�m p Ti �n demand we bind our- selves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washing- ton, the Ordinance of the City of Renton. Dated at1 , Washington, this C;1? day of 19 81 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for South Talbot Hill Pipeline, Renton, Wa which contract is referred to herein and is made a part hereof as though attached hereto) and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said GARY MERLINO CONSTRUCTION COMPANY, INC. shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any care- lessness or negligence on the part of said principal, or any subcontractor in the per- formance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in said con- tract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but other- wise it shall be and remain in full force and effect. INO LpNSTRUCTION COMP 'KefArr jH. lfamm�_-tt', Attorpey-in-Fact Revised: 8/16/83 �� moz�slse� •;� a�uainEZ �� J X"S lu"IsitV 6L/9 'P3 lCrl-was 6b�1 i�I jo Asp u��` INI AU86-03 Plitt jo lest ay1 psx!jje put Pur4 AuJ let olu"Jay anry I'1031i3HM SS3N11M NI 1s J js Pull cJoj linj u! 1111t a W14"'ANVdYV07 30NV1if1SNl 30NVI13H p!rt Aq pslnoaxs AsujouV jo A mod t jo Adoo L"jjOO pus *nil IF sli buio6sJoj pus, aAogt syi 1ry1 Aj!tJo AgsJoy oP'ANVdVMOJ 3ONV1inSN1 3JNVIl3li 041 jo AJruz>@S luas!trV ' IIOSISI E:) aJIIaSCIE'I I EIDO-JBZ 1t bu!gtay �b O SuTL�SE� jo sinS Joj put u! �!lgnd AJaloN . C ri 0lo •toJoj Ilnl u! IMS fie'UI&Jayl 41Joj ls'UO41 -nlasli s43 put Auedwo0 pill jo t^"al-AS *%a jo C pus 'Z It uaLosS 'IIA slo!iJV 1641 pus 'olaJg41 uoileJodJw pies jo less, 441 Pax!jjt put luoulmisul 6u!o6azoj a41 passllt put pslroaxs s4 1t41 p66p41AAOU136 Pug'ANVdWO:) 30NVunSN1 30NV113W 641 jo lusp!ssJd-40!A syl gq of umml OW 01 zjvII :IS 'a saI=EgO pajeodde AllauotJad • 9261 , 06 U ' SI XUR - tandx3 uo!rs!wtuo0 Airy iagIIaoaQ jo Alp 1 S j t!yt u0 p SUTx j0 A,1NI107 uo1'BuTgSE1J j0 31V. S luspssJd "A 7 ANVdVYO 3ONVd(1SN1 3 Vll3kd 9 sagma�aQ 1s l jo Alp I 1141'psx!ljr owsy aq of Irss altJodJoo s1! put'lusp!saJd "!A Ili Aq paubn eq o1 sluasa,d osayl pssno sry ANVdNO:) 30NV)jnSNI 3ONVIl3d 04'1'10383HM SS3N11M NI „'pslpsus t! 11 yo!4m of bu!sltlJapun Jo puoq Aut o1 L�adsaJ giim sJnlnj syl u! AuedwoD syl uodn 6uipulq put pllsA aq 11" IV" al!LU!toej Pug saJnlru6rt al w oej Aq p&yLJaO put Ptlroaxe Of JswAod your Aut pus Aurdwo0 a41 uodn bu!pu!q put piltA aq I," Its% I iw!otj Jo saJnitu6n allwl=rj 43ns buuroq aini Liao a AsuJotlt jo Jamod 43m Aut pug 'allw!usj Aq olaJgyl 6unglaJ 91r)yLJao Aix Jo AauJolle jo Jamod ins Awe of psx!jjt aq Aaw AusduJoO a41 }o Itsg syl put sJa�!jjo put sJolooJ,p 43ns jo ssJn1tu6!% W1 1e41•P4AJOsall :palrodaJ Jo popuawt uaaq 1ou sry uoilnlosab pits pug'lussaJd teAA Lanzonb a 4oi4AA 1t'6L61'aunr jo Arp 419 oyl uo play builaaw t It kNVdVtO--' 3ONVa(1SN1 3JNVIl38 10 s,oLmaJiO jo pJrog ay1 Aq poldope uollnlosaa 6ulAAolloj ayl jo Ai!Joylnt Aq put Japun al!w!sxj Aq palm put pgu6!s t! Asujolls Jo wAAod s 4j. •josJs41 uoilzas Jo spilJt Aut Jo AusdLuoO syl jo sJArl-Ag ay1 jo ta!dm of Put AurduJo7 gy1 JO lua-ullrs It!DUvU!J 043 Aj!1Ja3 Ol Al!Jo41nt pus JSAAod aAty offs Ilgys Aay) put du!slruapun AJo)r6ilgo .o lruo!1,pum Jaylo Jo Alw -waou! jo t1.DeJluOo'taJUR!u5cOSJ'%PUOq of payorllt sq o1 POJ!nbsJ IJ1Arp1jjt alnz�axa of A1IJoylnr put Jamod aAt4 Iltyt 1.-jt,f-u!-%AauzollV •t 'josJayl a1n)ru syl u AJole6llgo s6ui1tJAA Jaylo put A1luwspu! jo flogJlum'saoutnu600sJ'sbuil!rlJspun put spuoq Aug jo ASipmlsA sy1 Joj AJtssaosu lou ti Iran aleJOd,w sql 'jO+Jayl aJnleu 941 u! AJolt6ilgo tsuiLJAA Jsylo put A11uLu0Pu! 10 IL3gJluw'sCur7!u6maJ '96u[> Tljapun put spuoq 'Auedwo7 syl jo jltysg uo JaA!Iap put alp-Daxa Ol'wa41 of panto AsuJoug jo Jamod ayl jo suo!lr)luJ!l put twist ayl of loslgns'Aluoylnt put Jamod argy 11" Lot j-u!-tAsuJo11V 'Z -uJ!4 of uaA!6 A1!Jo41nt put jwod 041 8sloA3i pus aw!l Aut It Lot j-u!-AsuJo11V yont Aug aAouJaJ of (q) Put'joaJayl aJnlru oyl u! AJolydilgo sbu!IiAm Jaylo put Al!uwapu! jo sweiluoo 'taJurziu6o?aJ 'f6ui�tlJspun put sPuoq 'AurdLuoO ayl 10 jlryaq uo a1n3axa of wsyl az!Joylnt of put Lz/j-w-%AawollV luioddr (r) of AUJotllne put JaAAod anr4 lleyt szol?an0 jo pJtog syl Aq palru6isap Jaoqjo Jay10 Jo luSP'wAd so!A luglst" Jo luspis4Jd 30!A Aug'lugp!saJd so!A JOfU S Aut'pJrog o41 jo uruj!r40 ayl'luspnsJd 041'szoL]aJ!Q 10 pJrog syl -t SONI)IVlli3ONn ONV SON08 j0 N011f133X3 — IIA 310111dV :W011oj ss 6u!pe9J'1Osjjs put aOJOJ [in; U! AAOu air fUOIt1AOJd 1pl4AA '3L6L L JoqulaldaS sA11.38IIA "'q 4314AA ANY6401 30NVunSN1 30NVI13W jo L-91-Ag 841 jo IIA 81311JV 10 Al!Jo41nt Aq put spun palueJ6 t! AscjollV jo JamOds!yl -jo" sxJarxjnd u! op Aru L2aj-u!-(t)AauJo11V P!es III lryl lit SUJJijuoo put Wiplai AgaJo4 put'sJa3q;o tong jo Jaylo suo Aq paLzallt Put palm pus, ANVdWO, 3ONVidflSNl 30NV113id syl 10 J02!00 aA!MOGN3 us Aq pou6!t a/aAA joaju41 slnlru 6y1 u! AJo)t64190 s61Ji11JAA J0410 pus Ou!slrlJspun pus spuoq Vane j! is 1uslxt owes o41 Ol Put Alln} it Ags,ryl kNVdrIO0 30NVMf1SN1 3ONVIl311 wl Pu!q of PUB! ------- dIHS;a32MS 30 SONI?iVIdacm aNv SclNoq I'IV Q.NW ;SV Ps+P pus Lx Ili It Put'jie4sq Ili uo put Joj JwIsP put [I"'alnosxs'slow ol'13tjiJ!-AauJollV lnNAsl pug snjl of ------- HOS.OIIIHSVM f T1J,1V3S 30 113;-I -KH - H 2i3Z3d 1u!oddr put slnlisum'sylau AgsJoy taop's!uanlAsuusd Jo CRIS 041 jo —1 s41 japun peziusaJo Ainp uoIIIPOdJm g'ANVdYYOJ 30NVki(1SN1 37NVIl3M 041 1RLl 'S11•'3S3kid 3S31-l1 AS N3Y4 11V MON'A A3Na011V 3o a3MOd VINVAIASNN34d'VIHdl30VllHd'301310 OV3H C E R T I F I C A T E O F I N S U R A N C E 5-12-89 DATE (MM/DD/YY) rroaucer PARKER, SMITH & FEEK, INC. 1700 First Interstate Center 999 Third Avenue Seattle, Washington 98104 Insured - Gary Merlino Construction Co., Stoneway Concrete 9125 loth Avenue South Seattle. WA 98108 This certificate is issued as a matter of information only and confers no rights upon the certificate holder. This certificate does not amend, extend or alter the coverage afforded by the policies below. Companies Affording Coverage Company A Letter UNITED STATES FIDELITY 3 GUARANTY .,, � VV y B clatter Company C Letter ompany D Letter . Coverages 99999afl99999999999999999999999 a22a9aaa222222222222229922222 992a22>aa2aO2222222229 22222222222222292222222222292 This Is o ce y that policies of Insurance listed below have beenTs-sued o the Insured named above for the policy period indicated. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the nnliriAc riAcrrihni borer r �r wx,-luslons, a a conalTlons of uch Policies. Limits shown may have J been reduced bypald claims.Co Ltr Type of Insurance Polic Number Pol Datec(MM/DD/YY) Datec(MM/DD/YY)o Liability Limits IN TROUSANDS Each Occurrence Aggregate General Liability General Aggregate A X Commercial General 1MP078607617-01 07-22-88 07-22-89 S1,000 Liatlltty Products-Comp/Ops Aggregate Claims Made X Occurrence S1,000 Personal 3 Advertising In u S1,000 — Owners and Contractors Each Occurrence $1 000 Protective Fire Damage (any one — fire) S 50 Medical Expenses — (an one person) $ 5 Automobile Llab11'ty X Any Auto iMP078607617-01 07-22-88 07-22-89 CSL S1,000 _AII Owned Autos Bodily Injury Scheduled Autos Per Person S X Hired Autos Bodily Injury X Non -Owned Autos Per Accident S Garage Liability Property Dama e S Excess Liability Each Occurrence Aggregate Other Than Umbrella $ S Workers' Compensation Statutory and Employers' Liability $ Each Accident S Disease-Polic Limit S Disease -Each Employee ---- r •-• -• •-ram •••-+ / iwav11-1/vtl11ICIe5/reSTrICTIcns/special Items South Talbot Hill Pipelines CERTIFICATE TRUIR 22-22222222wwwwwwwwWR@22222222222222222222222222292 GAMELLATION 999fl999999999999999999999999999999999 Should any of the above described policies be can - City of Renton celled before the expiration date thereof, the 200 Mill Avenue South issuing company wl I I endeavor to mail 45 days Renton, WA 98055 written notice to the certificate holder named to the left, but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives ME. 01 /mast er4 Authorize Re sentat v C E R T I F I C A T E O F I N S U R A N C E 5-12-89 DATE (MM/DD/YY) Producer PARKER, SMITH d FEEK, INC. 1700 First Interstate Center 999 Third Avenue Seattle, Washington 98104 Insured Gary Merlino Construction Stoneway Concrete 9125 loth Avenue South Seattle WA 9810E This certificate is Issued as a matter of information only and confers no rights upon the certificate holder. This certificate does not amend, extend or alter the coverage afforded by the policies below. Companies Affording Coverage Company A Letter UNITED STATES FIDELITY S GUARANTY tympany B Co . , I cLetter Company C Letter Company D Letter very e5 9Zi09o2222222222229>i9a7922222222222aoa9aa22222222299222222992922222 22292222222222222222222222fl92222222fl2292222 'T s Is to certify-fhapolicies of Insurance listed below have been Issued to t-he—Tnsured named above for the policy period indicated. Not►ithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the pollcles described herein is suhiwrt IV C if I— jermb exciusions, a a conalTlons of quch policies, Limits shown may have been reduced bX paid claims. 00 Ltr T e of Insura�ice Poli Number c Date(MM/DD/YY) Policy Date(MM/Do D/YY) Each Occurrence Aggregate General Liability General Aggregate A X Commercial General 1MP078607617-01 07-22-88 07-22-89 S1,000 Liability Products-Comp/Ops Aggregate Claims Made $1,000 X Occurrence Personal 3 Advertising Injury $1,000 — Owners and Contractors Each Occurrence S1 000 Protective Fire Damage (any one — fire) $ 50 — Medical Expenses (any oneperson) $ 5 Automobile Liability A X Any Auto 1MP078607617-01 07-22-88 07-22-89 CSL $1,000 _AII Owned Autos Bodily Injury _Scheduled Autos_ Per Person $ X Hired Autos Bodily Injury X Non -Owned Autos Per Accident $ Garage Liability Property Damage $ Excess Liability Each Occurrence Aggregate Other Than Umbrella $ S Workers? Compensation Statutory and S Each Accident Employers' Liability S Disease -Policy Limit $ Disease -Each Em to ee ---"••r••�•�`�� �r��•+� vnO/VOn'c't7b/rtriricTions/special ITemS South Talbot Hill Pipelines 2922 0292229222222gag22-VJ-2-22-2292222222ga22299222292 CAN hLLATION 999999999999 999999999999999999999992 City of Renton 200 Mill Avenue South Renton, WA 98055 4E.01/master4 Should any of the above described policies be can- celled before the expiration date thereof, the Issuing company will endeavor to mall 45 days written notice to the certificate holder named to the left, but failure to mail such notice shall impose no obligation or liability of any kind upon the company, Its agents or representatives Authorize Re senav qizry,�lerflno CONSTRUCTION COMPANY, INC. 9125 - 10th Avenue South 762-9125 Seattle, Washington 98108 June 1.6, 1989 City of Renton Public Works Department 200 Mill Ave. S. Renton, WA 98055 Attn: Ron Olsen Re: South Talbot Hill Pipeline Dear Ron: On the above mentioned project, Gary Merlino, owner of Gary Merlino Construction Company, is the only authorized signature to be on any contract between the City of Renton and Gary Merlino Construction Company. Anita West, Vice President, and Brian Kittleson, Project Manager may be used on any change orders to occur. Sincerely, Gary Merlino President DETACH TO DISPLAY CERTIFICATE 0 DEPARTMENT OF LABOR AND INDUSTRIES THIS CERTIFIES THAT THE PERSON NAMED HEREON IS REGISTERED AS PROVIDED BY LAW AS A C :'tA ¢T r nn,T Al REGISTRATIONNUMBER.. ... EXPIRATION WE; CCC1 G1.RVI.IL:Y50MW 07/22/6 GARY NEPLINO CONST- CG INC 9125 10TII AVr_ 5 S FA Tt LE WA 98106 STATE OF WASHINGTON F625-052-000 ("2) 1 L DETACH TO DISF-' AY CErrFICATE 1 19°7 G 4016 ISSUED 1 2/ 1 7/ 8 6 CITY OF RENTON BUSINESS LICENSE LAN C L E M E N T$ FEE. S60.00 9125 1 G T h, A V E S - FINANCE DIRECTOR Licensee has made application for a City of Renton Business License in accordance with the provi- sions of Title V, Business Regulations Chapter 1, Code of General Ordinances of the City of Renton and agrees to comply with all the requirements of said ordinance. Licensee shall further comply with any and all other City Codes,Orrdinances, State Laws and Regulations applicable to the business ac- tivity licensed hereunder. MERLINO GARY CCNSTRUCT:ON LC 9125 10TH AVE S SEATTLE WA y610? PART 3 CONDITIONS OF THE CONTRACT 6) GENERAL CONDITIONS CONTENTS Article Page DEFINITIONS........................ 1 1. AS APPROVED .................... 2. AS SHOWN, AND AS INDICATED ..... 3. BIDDER ......................... 4. CONTRACT DOCUMENTS ............. 5. CONTRACTOR ..................... 6. CONTRACT COMPLETION ............ 7. DAYS ........................... 8. DRAWINGS ....................... 9. ENGINEEER ....................... 10. NOTICE ......................... 11. OR EQUAL ....................... 12. OWNER ,o......................... 13. PLANS ,p......................... 14. SPECIF:ICATIONS ................ 15. NOTICE TO PROCEED .............. 16. SUBSTANTIAL COMPLETION ......... 17. WORK ........................... CONTRACTDOCUMENTS ................. 18. INTENT OF CONTRACT DOCUMENTS ... 19. DISCREPANCIES AND OMISSIONS .... 20. CHANGES IN THE WORK ............ 21. EXAMINATION AND VERIFICATION OF CONTRACT DOCUMENTS ........... 22. DOCUMENTS TO BE KEPT ON THE JOBSITE....................... 23. ADDITIONAL CONTRACT DOCUMENTS .. 24. OWNERSHIP OF CONTRACT DOCU- MENTS......................... THEENGINEER ....................... 25. AUTHORITY OF THE ENGINEER ...... 26. DUTIES AND RESPONSIBILITIES OF THEENGINEER ................. 27. LIMITATIONS ON ENGINEER'S RESPONSIBILITIES ............ 28. REJECTED WORK .................. 29. LINES AND GRADES ............... 30. SUBMITTALS ..................... 31. DETAIL DRAWINGS AND INSTRUCTIONS................. GENERAL CONDITIONS 1 1 1 1 1 1 1 1 1 1 2 2 2 2 2 2 2 3 3 3 3 4 4 4 4 4 4 4 5 5 6 6 7 Article Page THE CONTRACTOR AND HIS EMPLOYEES ... 7 32. CONTRACTOR, AN INDEPENDENT AGENT........................ 7 33. SUBCONTRACTING ................. 7 34. INSURANCE AND LIABILITY ........ 7 A. GENERAL 7 B. CONTRACTOR AND SUBCON- TRACTOR INSURANCE ....... 8 C. COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE ..... 8 D. GENERAL LIABILITY INSURANCE (INCLUDING AUTOMOBILE) .. 8 E. BUILDERS RISK ALL RISK INSURANCE............... 8 F. NO PERSONAL LIABILITY OF PUBLIC OFFICIALS ........ 9 35. INDEMNITY ...................... 9 36. EXCLUSION OF CONTRACTOR CLAIMS . 9 37. TAXES AND CHARGES .............. 9 38. REQUIREMENTS OF STATE LAW FOR PUBLIC WORKS PROJECTS ........ 9 39. CODES, ORDINANCES, PERMITS, AND LICENSES..................... 9 40. SUPERINTENDENCE ................ 10 41. RECEPTION OF ENGINEER'S COMMUNICATIONS............... 10 42. SAFETY ........................ 10 43. PROTECTION OF WORK AND PROP- ERTY......................... 11 44. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY .......... 11 45. MATERIALS AND APPLIANCES ....... 11 46. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS................. 11 47. SUBSTITUTION OF MATERIALS ...... 12 48. TESTS, SAMPLES, AND OBSERVA- TIONS........................ 12 49. ROYALTIES AND PATENTS .......... 12 50. CONTRACTOR'S RIGHT TO TERMINATE CONTRACT..................... 12 51. CORRECTION OF DEFECTIVE WORK DURING WARRANTY PERIOD ....... 13 i JAN 1988 Article Page PROGRESS OF THE WORK ............... 13 52. BEGINNING OF THE WORK .......... 13 53. SCHEDULES AND PROGRESS REPORTS . 13 54. PROSECUTION OF THE WORK ........ 14 55. OWNER'S RIGHT TO RETAIN IMPERFECTWORK ............... 14 56. OWNER'S RIGHT TO DO WORK ....... 14 57. OWNER'S RIGHT TO TRANSFER EMPLOYMENT ................... 14 58. DELAYS AND EXTENSION OF TIME ... 15 59. DIFFERING SITE CONDITIONS ...... 15 60. LIQUIDATED DAMAGES ............. 16 61. OTHER CONTRACTS ................ 16 62. USE OF PREMISES ................ 16 63. SUBSTANTIAL COMPLETION DATE .... 17 64. PERFORMANCE TESTING ............ 17 65. OWNER'S USE OF PORTIONS OF THE WORK......................... 17 66. CUTTING AND PATCHING ........... 17 67. CLEANING UP .................... 17 Article Page PAYMENT ......................... 17 68. PAYMENT FOR CHANGE ORDERS ...... 17 A. UNIT PRICES ............... 18 B. LUMP SUM .................. 18 C. COST REIMBURSEMENT WORK ... 18 69. PARTIAL PAYMENTS ............... 19 A. GENERAL ................... 19 B. ESTIMATE .................. 20 C. DEDUCTION FROM ESTIMATE ... 20 D. QUALIFICATION FOR PARTIAL PAYMENT FOR MATERIALS DELIVERED............... 20 E. PAYMENT .................... 21 70. CLAIMS FOR EXTRA WORK .......... 21 71. RELEASE OF LIENS OR CLAIMS ..... 22 72. FINAL PAYMENT .................. 22 73. NO WAIVER OF RIGHTS ............ 22 74. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE .......... 22 JAN 1988 ii GENERAL CONDITIONS is • GENERAL CONDITIONS This section of the Contract Documents is preprinted. Any modifications to the following Articles required for this project are made in the Supplementary Conditions. to DEFINITIONS Wherever in the Contract Documents the following germs are used, the intent and meaning shall be interpreted as follows: 1. AS APPROVED The words "as approved", unless otherwise qualified, shall be understood to be followed by the words "by the Engineer for conformance with the Contract Document". 2. AS SHOWN, AND AS INDICATED The words "'as shown" and "as indicated" shall be understood to be followed by the words "'on the Drawings". 3. BIDDER The person or persons, partnership, firm, or corporation submitting a Proposal for the work contemplated. 4. CONTRACT DOCUMENTS The "Contract Documents" consist of the Bidding Requirements, Contract Forms, Conditions of the Contract, Specifications, Drawings, all modifications thereof incorporated into the Documents before their execution, Change Orders, and all other requirements incorporated by specific i reference thereto. These form the Contract. 5. CONTRACTOR The person or persons, partnership, firm, or corporation who enters into the Contract awarded him by the Owner. GENERAL CONDITIONS 1 6. CONTRACT COMPLETION The "Contract Completion" is the date the Owner accepts the entire work as being in compliance with the Contract Documents, or formally waives nonconforming work to the extent of nonconformity, and issues the final payment in accordance with the requirements set forth in Article, "Final Payment" of these General Conditions. 7. DAYS Unless otherwise specifically stated, the term "days" will be understood to mean calendar days. Business day or working day means any day other than Saturday, Sunday, or legal holiday. 8. DRAWINGS The term "Drawings" refers to the official Drawings, profiles, cross sections, elevations, details, and other working drawings and supplementary drawings, or reproductions thereof, signed by the Engineer, which show the location, character, dimensions, and details of the work to be performed. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. 9. ENGINEER The person or organization identified as such in the Contract Documents. The term "Engineer" means the Engineer or his authorized representative. 10. NOTICE The term "notice" or the requirement to notify, as used in the Contract Documents or applicable state or federal statutes, shall signify a written communication delivered in person or by certified or registered mail to the JAN 1988 6 individual, or to a member of the firm, or to an officer of the corporation for whom it is intended. Certified or registered mail shall be addressed to the last business address known to him who gives the notice. 11. OR EQUAL The term "or equal" shall be understood to indicate that the "equal" product is equivalent to or better than the product named in function, performance, reliability, quality, and general configuration. Determination of equality in reference to the project design requirements will be made by the Engineer. Such equal products shall not be purchased or installed by the Contractor without written authorization. 12. OWNER The person, organization, or public body identified as such in the Contract Documents. 13. PLANS (See DRAWINGS) 14. SPECIFICATIONS The term "Specifications" refers to those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards, and workmanship as applied to the work and certain administrative details applicable thereto. Where standard specifications, such as those of ASTM, AASHTO, etc., have been referred to, the applicable portions of such standard specifications shall become a part of these Contract Documents. If referenced specifications conflict with specifications contained herein, the requirements contained herein shall prevail. 15. NOTICE TO PROCEED A written notice given by the Owner to the Contractor (with a copy to the Engineer) fixing the date on which the Contract time will commence to run and on which the Contractor shall start to perform his obligation under the Contract Documents. The Notice to Proceed will be given within 30 days following execution of the Contract by the Owner. 16. SUBSTANTIAL COMPLETION "Substantial completion" shall be that degree of completion of the project or a defined portion of the project, as evidenced by the Engineer's written notice of Substantial Completion, sufficient to provide the Owner, at his discretion, the full-time use of the project or defined portion of the project for the purposes for which it was intended. "Substantial Completion" of an operating facility shall be that degree of completion that has provided a minimum of 7 continuous days of successful, trouble -free, operation, which period shall begin after all performance and acceptance testing has been successfully demonstrated to the Engineer. All equipment contained in the work, plus all other components necessary to enable the Owner to operate the facility in the manner that was intended, shall be complete on the substantial completion date. 17. WORK The word "work" within these Contract Documents shall include all material, labor, tools, and all appliances, machinery, transportation, and appurtenances necessary to perform and complete the Contract, and such additional items not specifically indicated or described which can be reasonably inferred as belonging to the item described or indicated and as required by good practice to provide a complete and satisfactory system or structure. As used herein, "provide" shall be understood to mean "furnish and install, complete in -place". JAN 1988 2 GENERAL CONDITIONS CONTRACT DOCUMENTS 18. INTENT OF CONTRACT DOCUMENTS The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. The intent of the Documents is to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any work, materials, or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials, or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any technical society, organization or association, or to the laws or regulations.of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect on the first published date of the Invitation to Bid, except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or rode (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of Owner, Contractor, or Engineer, or any of their consultants, agents, or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or any of Engineer's consultants, agents, or employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of Article LIMITATIONS ON ENGINEER'S RESPONSIBILITIES. 19. DISCREPANCIES AND OMISSIONS Any discrepancies or omissions found in the Contract Documents shall be reported to the Engineer immediately. The Engineer will clarify discrepancies or omissions, in writing, within a reasonable time. In resolving inconsistencies among two or more sections of the Contract Documents, precedence shall be given in the following order: A. CONTRACT B. PROPOSAL C. SUPPLEMENTARY CONDITIONS D. INVITATION TO BID E. INSTRUCTIONS TO BIDDERS F. GENERAL CONDITIONS G. SPECIFICATIONS H. DRAWINGS Addenda shall take precedence over all sections referenced therein. Figure dimensions on Drawings shall take precedence over scale dimensions. Detailed Drawings shall take precedence over general Drawings. 20. CHANGES IN THE WORK The Owner, without notice to the Sureties and without invalidating the Contract, may order changes in the work within the general scope of the Contract by altering, adding to, or deducting from the work, the Contract being adjusted accordingly. All such work shall be executed under the conditions of the original Contract, except as specifically adjusted at the time of ordering such change. In giving instructions, the Engineer may order minor changes in the work not involving extra cost and not inconsistent with the purposes of the project, but otherwise, except in an emergency endangering life or property, additions or deductions from the work shall be performed only in pursuance of an approved Change Order from the Owner, countersigned by the Engineer. GENERAL CONDITIONS 3 JAN 1988 If the work is reduced by alterations, such action shall not constitute a claim for damages based on loss of anticipated profits. 21. EXAMINATION AND VERIFICATION OF CONTRACT DOCUMENTS The Contractor shall thoroughly examine and become familiar with all of the various parts of these Contract Documents and determine the nature and location of the work, the general and local conditions, and all other matters which can in any way affect the work under this Contract. Failure to make an examination necessary for this determination shall not release the Contractor from the obligations of this Contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, or with the Engineer either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. 22. DOCUMENTS TO BE KEPT ON THE JOBSITE The Contractor shall keep one copy of the Contract Documents on the jobsite, in good order, available to the Engineer and to his representatives. The Contractor shall maintain on a dai basis at the jobsite, and make availab to the Engineer on request, one curren record set of the Drawings which have been accurately marked to indicate all modifications in the completed work th differ from the design information sho on the Drawings. Upon substantial completion of the work, the Contractor shall give the Engineer one complete s of these marked up record Drawings. 23. ADDITIONAL CONTRACT DOCUMENTS ly le t at wn et Copies of Contract Documents or Drawings may be obtained on request from the Engineer and by paying the actual cost of reproducing the Contract Documents or Drawings. 24. OWNERSHIP OF CONTRACT DOCUMENTS All portions of the Contract Documents, and copies thereof furnished by the Engineer are instruments of service for this project. They are not to be used on other work and are to be returned to the Engineer on request at the completion of the work. Any reuse of these materials without specific written verification or adaptation by the Engineer will be at the risk of the user and without liability or legal expense to the Engineer. Such user shall hold the Engineer harmless from any and all damages, including reasonable attorneys' fees, from any and all claims arising from any such reuse. Any such verification and adaptation shall entitle the Engineer to further compensation at rates to be agreed upon by the user and the Engineer. THE ENGINEER 25. AUTHORITY OF THE ENGINEER The Engineer will be the Owner's representative during the construction period. His authority and responsibility will be limited to the provisions set forth in these Contract Documents. The Engineer will have the authority to reject work which does not conform to the Contract Documents. However, neither the Engineer's authority to act under this provision, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Engineer to the Contractor, any Subcontractor, their respective Sureties, any of their agents or employees, or any other person performing any of the work. 26. DUTIES AND RESPONSIBILITIES OF THE ENGINEER The Engineer will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the JAN 1988 4 GENERAL CONDITIONS r work and to determine, in general, if the work is proceeding in accordance with the intent of the Contract Documents. He will not make comprehensive or continuous review or observation to check quality or quantity of the work, and he will not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the work. Visits and observations made by the Engineer shall not relieve the Contractor of his obligation to conduct comprehensive inspections of the work and to furnish materials and perform acceptable work, and to provide adequate safety precautions, in conformance with the intent of the Contract. The Engineer will make recommendations to the Owner, in writing, on all claims of the Owner or the Contractor arising from interpretation or execution of the Contract Documents. Such recommend- ations will. be of factual and/or technical nature, and will not include the legal :.nterpretation of the Contract Documents. Any necessary legal interpretation of the Contract Document will be made by the Owner. Such recommendal_ion shall be necessary before the Contractor can receive additional money under the terms of the Contract. Changes in work ordered by the Engineer shall be made in compliance with Article CHANGES IN THE WORK. One or more project representatives may be assigned to observe the work. It is understood that such project representatives shall have the authority to issue notice of nonconformance and make decisions within the limitations of the authority of the Engineer. The Contractor shall furnish all reasonable assistance required by the Engineer or project representatives for proper observation of the work. The above -mentioned project representatives shall not relieve the Contractor of his obligations to conduct comprehensive inspections of the work and to furnish materials and perform acceptable work, and to provide adequate safety precautions, in conformance with the intent of the Contract. 27. LIMITATIONS ON ENGINEER'S RESPONSIBILITIES Engineer will not be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, and Engineer will not be responsible for Contractor's failure to perform or furnish the work in accordance with the Contract Documents. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any supplier, or of any other person or organization performing or furnishing any of the work. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", "as approved", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper", or "satisfactory", or adjectives of like effect or import are used to describe a requirement, direction, review or judgment of Engineer as to the work, it is intended that such requirement, direction, review, or judgment will be solely to evaluate the work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to Engineer any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of this Article. 28. REJECTED WORK Any defective work or nonconforming materials or equipment that may be discovered at any time prior to expiration of the warranty period, shall GENERAL CONDITIONS 5 JAN 1988 be removed and replaced by work which shall conform to the provisions of the Contract Documents. Any material condemned or rejected shall be removed at once from the project site. Failure on the part of the Engineer to condemn or reject bad or inferior work or to note nonconforming materials or equipment on Contractor submittals shall not be construed to imply acceptance of such work. The Owner shall reserve and retain all of its rights and remedies at law against the Contractor and its Surety for correction of any and all latent defects discovered after the guarantee period. 29. LINES AND GRADES Lines and grades shall be established as provided in the Supplementary Conditions. All stakes, marks, and other reference information shall be carefully preserved by the Contractor, and in case of their careless or unnecessary destruction or removal by him or his employees, such stakes, marks, and other information shall be replaced at the Contractor's expense. 30. SUBMITTALS After checking and verifying all field measurements and after complying with applicable procedures specified in Section GENERAL REQUIREMENTS, Contractor shall submit to Engineer, in accordance with the schedule for submittals for review, shop drawings, electrical diagrams, and catalog cuts for fabricated items and manufactured items (including mechanical and electrical equipment), which shall bear a stamp or specific written indication that Contractor has satisfied Contractor's responsibilities under the Contract Documents with respect to the review of the submittal. All submittals shall be identified as Engineer may require. The data shown shall be complete with respect to quantities, dimensions speci- fied performance and design criteria, materials, and similar data to enable Engineer to review the information. Contractor shall also submit to Engineer for review, with such promptness as to cause no delay in work, all samples required by the Contract Documents. All samples shall have been checked by and accompanied by a specific written indication that Contractor has satisfied Contractor's responsibilities under the Contract Documents with respect to the review of the submission and shall be identified clearly as to material, supplier, pertinent data such as catalog numbers and the use for which intended. Before submission of each submittal, Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar data with respect thereto and reviewed or coordinated each submittal with other submittals and with the requirements of the work and the Contract Documents. At the time of each submission, Contractor shall give Engineer specific written notice of each variation that the submittal may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each shop drawing submitted to Engineer for review and approval of each such variation. Engineer will review submittals with reasonable promptness, but Engineer's review will be only for conformance with the design concept of the project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences, or procedures of construction (except where a specific means, method, technique, sequence, or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate review of the assembly in which the item functions. Contractor shall make corrections required by Engineer, JAN 1988 6 GENERAL CONDITIONS and shall return the required number of corrected copies of shop drawings and submit as required new samples for review. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. Engineer's review of submittals shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has in writing called Engineer's attention to each such variation at the time of submission and Engineer has given written approval of each such variation by a speci:`ic written notation thereof incorporated in or accompanying the shop drawing or sample approval; nor will any approval by Engineer relieve Contractor from responsibility for errors or omissions in the shop drawings or from responsibility for having complied with the provisions herein. Where a shDp drawing or sample is required by the Specifications, any related work performed prior to Engineer's review and approval of the pertinent submission shall be the sole expense and responsibility of Contractor. 31. DETAIL DRAWINGS AND INSTRUCTIONS The Engineer will furnish, with reasonable promptness, additional instructions by means of Drawings or otherwise, if, in the Engineer's opinion, such are required for the proper execution of the work. All such Drawings and instructions will be consistent with the Contract Documents, true developments thereof, and reasonably inferable therefrom. THE CONTRACTOR AND HIS EMPLOYEES 32. CONTRACTOR, AN INDEPENDENT AGENT The Contractor shall independently perform a].1 work under this Contract and shall not be considered as an agent of the Owner or of the Engineer, nor shall the Contractor's Subcontractors or employees be subagents of the Owner or of the Engineer. 33. SUBCONTRACTING Unless modified in the Supplementary Conditions, within 10 days after the execution of the Contract, the Contractor shall submit to the Engineer the names of all Subcontractors proposed for the work, including the names of any Subcontractors that were submitted with the Proposal. The Contractor shall not employ any Subcontractors to which the Owner may object to as lacking capability to properly perform work of the type and scope anticipated. The Contractor is as fully responsible to the Owner for the acts and omissions of his Subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Nothing contained in the Contract Documents shall create any contractual relationship between any Subcontractor and the Owner or Engineer. 34. INSURANCE AND LIABILITY A. GENERAL The Contractor shall provide (from insurance companies acceptable to the Owner) the insurance coverage designated hereinafter and pay all costs. Before commencing work under this Contract, Contractor shall furnish the Owner with certificates of insurance specified herein showing the type, amount, class of operations covered, effective dates, and date of expiration of policies, and containing substantially the following statement: "The insurance covered by this certificate shall not be cancelled GENERAL CONDITIONS 7 JAN 1988 or materially altered, except after 30 days' written notice has been received by the Owner." In case of the breach of any provision of this Article, the Owner, at his option, may take out and maintain, at the expense of the Contractor, such insurance as the Owner may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Contractor under this Contract. B. CONTRACTOR AND SUBCONTRACTOR INSURANCE The Contractor shall not commence work under this Contract until he has obtained all the insurance required hereunder and such insurance has been reviewed by the Owner, nor shall the Contractor allow any Subcontractor to commence work on his subcontract until insurance specified below has been obtained. Review of the insurance by the Owner shall not relieve or decrease the liability of the Contractor hereunder. C. COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE The Contractor shall maintain during the life of this Contract the statutory amount of Workmen's Compensation Insurance, in addition, Employer's Liability Insurance in an amount as specified in the Supplementary Conditions, for each occurrence, for all of his employees to be engaged in work on the project under this Contract. In case any such work is subcontracted, the Contractor shall require the Subcontractor to provide similar Workmen's Compensation and Employer's Liability Insurance for all of the Subcontractor's employees to be engaged in such work. D. GENERAL LIABILITY INSURANCE (INCLUDING AUTOMOBILE) The Contractor shall maintain during the life of this Contract such general liability, completed operations and products liability, and automobile liability insurance as will provide coverage for claims for damages for personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from performance of the work under this Contract. The general liability policy shall include contractual liability assumed by the Contractor under Article INDEMNITY. Coverage for property damage shall be on a "broad form" basis with no exclusions for "X, C & U". The amount of insurance to be provided shall be as specified in the Supplementary Conditions. In the event any work under this Contract is performed by a Subcontractor, the Contractor shall be responsible for any liability directly or indirectly arising out of the work performed by the Subcontractor, to the extent such liability is not covered by the Subcontractor's insurance. The Owner and Engineer, their officers, agents, and employees shall be named as Additional Insureds on the Contractor's and any Subcontractor's general liability and automobile liability insurance policies for any claims arising out of work performed under this Contract. E. BUILDERS RISK ALL RISK INSURANCE Unless otherwise modified in the Supplementary Conditions, the Contractor shall secure and maintain during the life of this Contract, Builders Risk All Risk Insurance coverage in an amount equal to the full value of the facilities under construction. Such insurance shall include coverage for earthquake, landslide, flood, collapse, loss due to the results of faulty workmanship or design, and all other normally covered risks, and shall provide for losses to be paid to the Contractor, Owner, and Engineer as their interests may appear. JAN 1988 8 GENERAL CONDITIONS The Owner and Engineer, their officers, agents, and employees shall be named as additional insureds on the Contractor's and any subcontractor's Builders Risk All Risk insurance policies for any claims arising out of work performed under this Contract. This insurance shall include a waiver of subrogation as to the Engineer, the Owner, the Contractor, and their respective officers, agents, employees, and subcontractors. F. NO PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the provisions hereof in exercising any authority granted by the Contract, there will be no personal liability upon any public official. 35. INDEMNITY To the maximum extent permitted by law, the Contractor shall indemnify and defend the Owner and the Engineer, and their officers, employees, agents, and subconsultants, from all claims and losses, including attorney's fees and litigation costs arising out of property losses or health, safety, personal injury, or death claims by the Contractor, its subcontractors of any tier, and their employees, agents, or invitees regardless of the fault, breach of Contract, or negligence of the Owner or the Engineer, excepting only such claims or losses that have been adjudicated to have been caused solely by the negligence of the Owner or the Engineer and regardless of whether or not the Contractor is or can be named a party in a litigation. 36. EXCLUSION OF CONTRACTOR CLAIMS In performing its obligations, the Engineer and its consultants may cause expense for the Contractor or its subcontractors and equipment or material suppliers. However, those parties and their sureties shall maintain no direct action against the Engineer, its officers, employees, agents, and consultants for any claim arising out of, in connection with, or resulting from the engineering services performed or required to be performed. 37. TAXES AND CHARGES The Contractor shall withhold and pay any and all sales and use taxes and all withholding taxes, whether State or Federal, and pay all Social Security charges and also all State Unemployment Compensation charges, and pay or cause to be withheld, as the case may be, any and all taxes, charges, or fees or sums whatsoever, which are now or may hereafter be required to be paid or withheld under any laws. 38. REQUIREMENTS OF STATE LAW FOR PUBLIC WORKS PROJECTS When the Contract Documents concern public works of the state or any county, municipality, or political subdivision created by its laws, the applicable statutes shall apply. All parties to this Contract shall determine the contents of all applicable statutes and comply with their provisions throughout the performance of the Contract. 39. CODES, ORDINANCES, PERMITS, AND LICENSES The Contractor shall keep himself fully informed of all local codes and ordinances, as well as state and federal laws, which in any manner affect the work herein specified. The Contractor shall at all times comply with said codes and ordinances, laws, and regulations, and protect and indemnify the Owner, the Engineer and their respective employees, and its officers and agents against any claim or liability arising from or based on the violation of any such laws, ordinances, or regulations. All permits, licenses, and inspection fees necessary for prosecution and completion of the work shall be secured and paid for by the Contractor, unless otherwise specified. GENERAL CONDITIONS 9 JAN 1988 40. SUPERINTENDENCE The Contractor shall keep at the project site, competent supervisory personnel. The Contractor shall designate, in writing, before starting work, a project superintendent who shall be an employee of the Contractor and shall have complete authority to represent and to act for the Contractor. Engineer shall be notified in writing prior to any change in superintendent assignment. The Contractor shall give efficient supervision to the work, using his best skill and attention. The Contractor shall be solely responsible for all construction means, methods, techniques, and procedures, and for providing adequate safety precautions and coordinating all portions of the work under the Contract. It is specifically understood and agreed that the Engineer, its employees and agents, shall not have control or charge of and shall not be responsible for the construction means, methods, techniques, procedures, or for providing adequate safety precautions in connection with the work under the Contract. 41. RECEPTION OF ENGINEER'S COMMUNICATIONS The superintendent shall receive for the Contractor all communications from the Engineer. Communications of major importance will be confirmed in writing upon request from the Contractor. The Engineer may schedule project meetings for the purposes of discussing and resolving matters concerning the various elements of the work. Time and place for these meetings and the names of persons required to be present shall be as determined by the Engineer. Contractor shall comply with these attendance requirements and shall also require his Subcontractors to comply. 42. SAFETY The Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons (including employees) and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor (OSHA), and all other applicable federal, state, county, and local laws, ordinances, codes, and regulations. Where any of these are in conflict, the more stringent requirement shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth therein. The Contractor shall develop and maintain for the duration of this Contract, a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. The duty of the Engineer to conduct construction review of the work does not include review or approval of the adequacy of the Contractor's safety program, safety supervisor, or any safety measures taken in, on, or near the construction site. The Contractor, as a part of his safety program, shall maintain at his office or other well-known place at the jobsite, safety equipment applicable to the work as prescribed by the aforementioned authorities, all articles necessary for giving first -aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of persons (including employees) who may be injured on the jobsite. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Engineer and the JAN 1988 10 GENERAL CONDITIONS Owner. In addition, the Contractor must promptly report in writing to the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the work whether on, or adjacent to, the site, giving full details and. statements of witnesses. If a claim is made by anyone against the Contractor or any Subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. 43. PROTECTION OF WORK AND PROPERTY The Contractor shall at all times safely guard and protect from damage the Owner's property, adjacent property, and his own work from injury or loss in connection with this Contract. All facilities required for protection by federal, state, or municipal laws and regulations and local conditions must be provided and maintained. The Contractor shall protect his work and materials from damage due to the nature of the work, the elements, carelessness of other contractors, or from any cause whatever until the completion and acceptance of the work. All loss or damages arising out of the nature of the work to be done under these Contract Documents, or from any unforeseen obstruction or defects which may be encountered in the prosecution of the work, or from the action of the elements, shall be sustained by the Contractor. 44. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY In case of an emergency which threatens loss or injury of property, and/or safety of life, the Contractor shall act, without previous instructions from the Owner or Engineer, as the situation may warrant. The Contractor shall notify the Engineer thereof immediately thereafter. Any claim for compensation by the Contractor, together with GENERAL CONDITIONS 11 substantiating documents in regard to expense, shall be submitted to the Owner through the Engineer and the amount of compensation shall be determined by agreement. 45. MATERIALS AND APPLIANCES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, heat, light, fuel, power, transportation, construction equipment and machinery, appliances, telephone, sanitary facilities, temporary facilities and other facilities and incidentals necessary for the execution and completion of the work. Unless otherwise specified, all materials shall be new, and both workmanship and materials shall be of good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. In selecting and/or approving equipment for installation in the project, the Owner and Engineer assume no responsibility for injury or claims resulting from failure of the equipment to comply with applicable federal, state, and local safety codes or requirements, or the safety requirements of a recognized agency, or failure due to faulty design concepts, or defective workmanship and materials. 46. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS The completed work shall include all necessary permanent safety devices, such as machinery guards and similar ordinary safety items required by the state and federal (OSHA) industrial authorities and applicable local and national codes. Further, any features of the work subject to such safety regulations shall be fabricated, furnished, and installed (including Owner -furnished equipment) in compliance with these requirements. Contractors and manufacturers of JAN 1988 equipment shall be held responsible for compliance with the requirements included herein. Contractors shall notify all equipment suppliers and Subcontractors of the provisions of this Article. 47. SUBSTITUTION OF MATERIALS Except for Owner -selected equipment items, and items where no substitution is clearly specified, whenever any material, article, device, product, fixture, form, type of construction, or process is indicated or specified by patent or proprietary name, by name of manufacturer, or by catalog number, such specifications shall be deemed to be used for the purpose of establishing a standard of quality and facilitating the description of the material or process desired. This procedure is not to be construed as eliminating from competition other products of equal or better quality by other manufacturers where fully suitable in design, and shall be deemed to be followed by the words "or equal". The Contractor may, in such cases, submit complete data to the Engineer for consideration of another material, type, or process which shall be substantially equal in every respect to that so indicated or specified. Substitute materials shall not be used unless approved in writing. The Engineer will be the sole judge of the substituted article or material. 48. TESTS, SAMPLES, AND OBSERVATIONS The Contractor shall furnish, without extra charge, the necessary test pieces and samples, including facilities and labor for obtaining the same, as requested by the Engineer. When required, the Contractor shall furnish certificates of tests of materials and equipment made at the point of manufacture by a recognized testing laboratory. The Owner, Engineer, and authorized government agents, and their representatives shall at all times be provided safe access to the work wherever it is in preparation or progress, and the Contractor shall provide facilities for such access and for observations, including maintenance of temporary and permanent access. If the Specifications, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give timely notice of its readiness for observations. If any work should be covered up without approval or consent of the Engineer, it shall, if required by the Engineer, be uncovered for examination at the Contractor's expense. Reexamination of questioned work may be ordered by the Engineer, and, if so ordered, the work shall be uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the Owner will pay the cost of uncovering, exposure, observation, inspection, testing and reconstruction. If such work is found to be not in accordance with the Contract Documents, the Contractor shall correct the defective work, and the cost of reexamination and correction of the defective work shall be paid by the Contractor. 49. ROYALTIES AND PATENTS The Contractor shall pay all royalty and license fees, unless otherwise specified. The Contractor shall defend all suits or claims for infringement of any patent rights and shall save the Owner and the Engineer harmless from any and all loss, including reasonable attorneys' fees, on account thereof. 50. CONTRACTOR'S RIGHT TO TERMINATE CONTRACT If the work should be stopped under an order of any court or other public authority for a period of more than 3 months, through no act or fault of the Contractor, its Subcontractors, or respective employees or if the Engineer should fail to make recommendation for JAN 1988 12 GENERAL CONDITIONS payment to Owner or return payment request to Contractor for revision within 30 c.ays after it is due, or if the Owner should fail to pay the Contractor within 30 days after time specified in Article PARTIAL PAYMENTS, any sum recommended by the Engineer, then the Contractor may, upon 15 days' written notice to the Owner and the Engineer, stop work or terminate this Contract acid recover from the Owner payment for all acceptable work performed find reasonable termination expenses, unless said default has been remedied. 51. CORRECTION OF DEFECTIVE WORK DURING WARRANTY PERIOD The Contractor hereby agrees to make, at his own ex]?ense, all repairs or replacemen,:s necessitated by defects in materials or workmanship, provided under terms of this Contract, and pay for any damage to ether works resulting from such defects, which become evident within 1 year after the date of final acceptance of the work or within 1 year after the date of substantial completion established by the Engineer for specified items of equipment, or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents. Unremedied defects identified for correction during the warranty period but remaining after its expiration shall be considered as part of the obligations of the warranty. Defects in material, workmanship, or equipment which are remedied as a result of obligations of the warranty shall subject the remedied portion of the work to an extended warranty period of 1 year after the defect has been remedied. The Contractor further assumes responsibility for a similar guarantee for all work and materials provided by Subcontractors or manufacturers of packaged equipment components. The effective date for the start of the guarantee or warranty period for equipment qualifying as substantially complete is defined in Article SUBSTANTIAL COMPLETION, and Article SUBSTANTIAL COMPLETION DATE, in these General Conditions. The Contractor also agrees to hold the Owner and the Engineer harmless from liability of any kind arising from damage due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of written order for same from the Owner. If the Contractor fails to make the repairs and replacements promptly, or an emergency where delay would cause serious risk, or loss, or damage, the Owner may have the defective work corrected or the rejected work remove and replaced, and the Contractor and Surety shall be liable for the cost thereof. PROGRESS OF THE WORK 52. BEGINNING OF THE WORK in d his Following execution of the Contract, the Contractor shall meet with the Owner and Engineer relative to his arrangements for prosecuting the work. 53. SCHEDULES AND PROGRESS REPORTS Prior to starting the construction, the Contractor shall prepare and submit to the Engineer, a progress schedule showing the dates on which each part or division of the work is expected to be started and finished, and a preliminary schedule for submittals. The progress schedule for submittals shall be brought up to date and submitted to the Engineer at the end of each month or at such other times the Engineer may request. The Contractor shall forward to the Engineer, at the end of each month, an itemized report of the delivery status of major and critical items of purchased equipment and material, including shop drawings and the status of shop and field fabricated work. These progress reports shall indicate the date of the purchase order, the current percentage GENERAL CONDITIONS 13 JAN 1988 of completion, estimated delivery, and cause of delay, if any. If the completion of any part of the work or the delivery of materials is behind the submitted progress schedule, the Contractor shall submit in writing a plan acceptable to the Owner and Engineer for bringing the work up to schedule. The Owner shall have the right to withhold progress payments for the work if the Contractor fails to update and submit the progress schedule and reports as specified. 54. PROSECUTION OF THE WORK It is expressly understood and agreed that the time of beginning, rate of progress, and time of completion of the work are the essence of this Contract. The work shall be prosecuted at such time, and in or on such part or parts of the project as may be required, to complete the project as contemplated in the Contract Documents and the progress schedule. If the Contractor desires to carry on work at night or outside the regular hours, he shall give timely notice to the Engineer to allow satisfactory arrangements to be made for observing the work in progress. 55. OWNER'S RIGHT TO RETAIN IMPERFECT WORK If any part or portion of the work completed under this Contract shall prove defective and not in accordance with the Drawings and Specifications, and if the imperfection in the same shall not be of sufficient magnitude or importance as to make the work dangerous or unsuitable, or if the removal of such work will create conditions which are dangerous or undesirable, the Owner shall have the right and authority to retain such work but will make such deductions in the final payment therefor as may be just and reasonable. 56. OWNER'S RIGHT TO DO WORK Should the Contractor neglect to prosecute the work in conformance with the Contract Documents or neglect or refuse at his own cost to remove and replace work rejected by the Engineer, then the Owner may notify the Surety of the condition, and after 10 days' written notice to the Contractor and the Surety, or without notice if an emergency or danger to the work or public exists, and without prejudice to any other right which the Owner may have under the Contract, or otherwise, take over that portion of the work which has been improperly or nontimely executed, and make good the deficiencies and deduct the cost thereof from the payments then or thereafter due the Contractor. 57. OWNER'S RIGHT TO TRANSFER EMPLOYMENT If the Contractor should abandon the work or if he should persistently or repeatedly refuse or should fail to make prompt payment to Subcontractors for material or labor, or to persistently disregard laws, ordinances, or to prosecute the work in conformance with the Contract Documents, or otherwise be guilty of a substantial violation of any provision of the Contract or any laws or ordinance, then the Owner may, without prejudice to any other right or remedy, and after giving the Contractor and Surety 10 days' written notice, transfer the employment for said work from the Contractor to the Surety. Upon receipt of such notice, such Surety shall enter upon the premises and take possession of all materials, tools, and appliances thereon for the purpose of completing the work included under this Contract and employ, by Contract or otherwise, any qualified person or persons to finish the work and provide the materials therefor, in accordance with the Contract Documents, without termination of the continuing full force and effect of this Contract. In case of such transfer of employment to such JAN 1988 14 GENERAL CONDITIONS Surety, they Surety shall be paid in its own name on estimates according to the terms hereof without any right of the Contractor to make any claim for the same or any part thereof. If, after the furnishing of said written notice to the Surety, the Contractor and the Surety still fail to make reasonable progress on the performance of the work, the Owner may terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work bii whatever method he may deem expedient ;tnd charge the cost thereof to the Contractor and Surety. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the expense of completing the Contract, including compensation for additional managerial and administrative services, shall exceed such unpaid balance, the Contractor and the Surety shall pay the difference to the Owner. 58. DELAYS AND EXTENSION OF TIME If the Contractor is delayed in the progress of the work by any act or neglect of the Owner or the Engineer, or by any separate Contractor employed by the Owner, or by strikes, lockouts, fire, adverse weather conditions not reasonably anticipated, or acts of Nature, and if the Contractor, within 48 hours of the start of the occurrence, gives written notice to the Owner of the cause of the potential delay and estimate of the possible time extension involved, and within 10 days after the cause of delay has been remedied, the Contractor gives written notice to the Owner of any actual time extension requested as a result of the aforementioned occurrence, then the Contract time may be extended by Change Order for such reasonable time as the Engineer determines. It is agreed that no claim shall be made or allowed for any damages, loss, or expense which may arise out of any delay caused by the above referenced acts or occurrences, other than claims for the appropriate extension of time. No extension of time will be granted to the Contractor for delays occurring to parts of the work that have no measurable impact on the completion of the total work under this Contract. No extension of time will be considered for weather conditions reasonably anticipated for the area in which the work is being performed. Reasonably anticipated weather conditions will be based on official records of monthly precipitation and other historical data. Adverse weather conditions, if determined to be of a severity that would impact progress of the work, may be considered as cause for an extension of Contract completion time. Delays in delivery of equipment or material purchased by the Contractor or his Subcontractors, including Owner -selected equipment, shall not be considered as a just cause for delay, unless the Owner determines that for good cause the delay is beyond the control of the Contractor. The Contractor shall be fully responsible for the timely ordering, scheduling, expediting, delivery, and installation of all equipment and materials. Within a reasonable period after the Contractor submits to the Owner a written request for an extension of time, the Engineer will present his written opinion to the Owner as to whether an extension of time is justified, and, if so, his recommendation as to the number of days for time extension. The Owner will make the final decision on all requests for extension of time. 59. DIFFERING SITE CONDITIONS The Contractor shall promptly, and before the conditions are disturbed, give a written notice to the Owner and Engineer of: GENERAL CONDITIONS 15 JAN 1988 A. subsurface or latent physical conditions at the site which differ materially from those indicated in this Contract, or B. unknown physical conditions at the site, of an unusual nature, which differ materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract. The Engineer will investigate the site conditions promptly after receiving the notice. If the conditions do materially so differ and cause an increase or decrease in the Contractor's cost of, or the time required for, performing any part of the work under this Contract, whether or not changed as a result of the conditions, an equitable adjustment shall be made under this Article and the Contract modified in writing accordingly. No request by the Contractor for an equitable adjustment to the Contract under this Article will be allowed, unless the Contractor has given the written notice required; provided, that the time prescribed above for giving written notice may be extended by the Owner. No request by the Contractor for an equitable adjustment to the Contract for differing site conditions will be allowed if made after final payment under this Contract. 60. LIQUIDATED DAMAGES Should the Contractor fail to complete the work, or any part thereof, in the time agreed upon in the Contract or within such extra time as may have bee allowed for delays by extensions grant as provided in the Contract, the Contractor shall reimburse the Owner f the additional expense and damage for each calendar day, Sundays and legal holidays included, that the Contract remains uncompleted after the Contract n ed completion date. It is agreed that the amount of such additional expense and damage incurred by reason of failure to complete the work is the per -diem rate, as stipulated in the Proposal. The said amount is hereby agreed upon as a reasonable estimate of the costs which may be accrued by the Owner after the expiration of the time of completion. It is expressly understood and agreed that this amount is not to be considered in the nature of a penalty, but as liquidated damages which have accrued against the Contractor. The Owner shall have the right to deduct such damages from any amount due, or that may become due the Contractor, or the amount of such damages shall be due and collectible from the Contractor or Surety. 61. OTHER CONTRACTS The Owner reserves the right to let other Contracts in connection with the work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate his work with theirs. If any part of the work under this Contract depends for proper execution or results upon the work of any other Contractor, utility service company or Owner, the Contractor shall inspect and promptly report to the Engineer in writing any patent or apparent defects or deficiencies in such work that render it unsuitable for such proper execution and results. The Contractor's failure to so report shall constitute an acceptance of the work by others as being fit and proper for integration with work under this Contract, except for latent or nonapparent defects and deficiencies in the work. or 62. USE OF PREMISES The Contractor shall confine his equipment, the storage of materials, and the operation of his workers to limits JAN 1988 16 GENERAL CONDITIONS shown on the Drawings or indicated by law, ordinFLnces, permits, or directions of the Engineer, and shall not unreasonably encumber the premises with his materials. The Contractor shall provide, at: his own expense, the necessary rights —of —way and access to the work which may be required outside the limits of the Owner's property and shall furnish the Engineer copies of permits and agreements for use of property outside that provided by the Owner. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the work or adjacent property t3 stresses or pressures that will endanger it. 63. SUBSTANTIAL COMPLETION DATE The Engineer may issue a written notice of substantial completion for the purpose of establishing the starting date for specific equipment guarantees, and to establish the date that the Owner will assume the responsibility for the cost of operating such equipment. Said notice shall not be considered as final acceptance of any portion of the work or relieve the Contractor from completing the remaining work within the specified time and in full compliance with the Contract Documents. See SUBSTANTIAL COMPLETION under DEFINITIONS of these General Conditions. 64. PERFOkMANCE TESTING Operating equipment and systems shall performance tested in the presence of the Engineer to demonstrate compliance with the specified requirements. Performance testing shall be conducted under the specified design operating conditions or under such simulated operating conditions as recommended or approved by the Engineer. Schedule s testing with the Engineer at least 1 week in advance of the planned date for testing. be uch 65. OWNER'S USE OF PORTIONS OF THE WORK Following issuance of the written notice of Substantial Completion, the Owner may initiate operation of the facility. Such use shall not be considered as final acceptance of any portion of the work, nor shall such use be considered as cause for an extension of the Contract completion time, unless authorized by a Change Order issued by the Owner. 66. CUTTING AND PATCHING The Contractor shall do all cutting, fitting, or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other Contractors shown upon or reasonably implied by the Drawings. 67. CLEANING UP The Contractor shall, at all times, keep property on which work is in progress and the adjacent property free from accumulations of waste material or rubbish caused by employees or by the work. Upon completion of the construction, the Contractor shall remove all temporary structures, rubbish, and waste materials resulting from his operations. PAYMENT 68. PAYMENT FOR CHANGE ORDERS The Owner's request for quotations on alterations to the work shall not be considered authorization to proceed with the work prior to the issuance of a formal Change Order, nor shall such request justify any delay in existing work. Quotations for alterations to the work shall include substantiating documentation with an itemized breakdown of Contractor and Subcontractor costs, including labor, material, rentals, approved services, overhead, and profit. Owner may require detailed cost data in order to substantiate the reasonableness of the proposed costs. GENERAL CONDITIONS 17 JAN 1988 Any compensation paid in conjunction with the terms of a Change Order shall comprise total compensation due the Contractor for the work or alteration defined in the Change Order. By signing the Change Order, the Contractor acknowledges that the stipulated compensation includes payment for the work or alteration plus all payment for the interruption of schedules, extended overhead, delay, or any other impact claim or ripple effect, and by such signing specifically waives any reservation or claim for additional compensation in respect to the subject Change Order. At the Owner's option, payment or credit for any alterations covered by a Change Order shall be determined by one or a combination of the methods set forth in A, B, or C below, as applicable: A. UNIT PRICES Those unit prices stipulated in the Proposal shall be utilized where they are applicable. In the event the Change Order results in a change in the original quantity that is materially and significantly different from the original bid quantity, a new unit price shall be negotiated upon demand of either party. Unit prices for new items included in the Change Order shall be negotiated and mutually agreed upon. B. LUMP SUM A total lump sum for the work negotiated and mutually acceptable to the Contractor and Owner. Lump sum quotations for modifications to the work shall include substantiating documentation with an itemized breakdown of Contractor and Subcontractor costs, including labor, material, rentals, approved services, overhead, and profit, all calculated as specified under "C" below. C. COST REIMBURSEMENT WORK The term "cost reimbursement" shall be understood to mean that payment for the work will be made on a time and expense basis, that is, on an accounting of the Contractor's forces, materials, equipment, and other items of cost as required and used to do the work. If the method of payment cannot be agreed upon prior to the beginning of the work, and the Owner directs by written Change Order that the work be done on a cost reimbursement basis, then the Contractor shall furnish labor, and furnish and install equipment and materials necessary to complete the work in a satisfactory manner and within a reasonable period of time. For the work performed, payment will be made for the documented actual cost of the following: 1. Labor, including foremen, for those hours they are assigned and participating in the cost reimbursement work (actual payroll cost, including wages, fringe benefits as established by negotiated labor agreements, labor insurance, and labor taxes as established by law). No other fixed labor burdens will be considered, unless approved in writing by the Owner. 2. Material delivered and used on the designated work, including sales tax, if paid for by the Contractor or his Subcontractor. 3. Rental, or equivalent rental cost of equipment, including necessary transportation for items having a value in excess of $100. Rental or equivalent rental cost will be allowed for only those days or hours during which the equipment is in actual use. Rental and transportation allowances shall not exceed the current rental rates prevailing in the locality. The rentals allowed for equipment will, JAN 1988 18 GENERAL CONDITIONS in all cases, be understood to cover all fuel, supplies, repairs, and renewals, and no further allowances N will be made for those items, unless specific agreement to that effect is made. 4. Additional bond, as required and approved by the Owner. S. Additional insurance (other than labor insurance) as required and approved by the Owner. In addition to items 1 through S above, an added fixed fee for general overhead and profit shall be negotiated and allowed for the Contractor (or approved Subcontractor) actually executing the Cost Reimbursement work. An additional fixed fee shall be negotiated and allowed the Contractor for the administrative handling of portions of the work that are executed by an approved Subcontractor. No additional fixed fee will be allowed for the administrative handling of work executed by a Subcontractor of a Subcontraci:or, unless by written permission from the Owner. The added Eixed fees shall be considered to be full compensation, covering the cost of general supervision, overhead, profit, and any other general expense. The Contractor's records shall make clear distinction between the direct costs of work paid for on a cost reimbursement basis and the costs of other work. The Contractor shall furnish the Engineer report sheets in duplicate of each day's cost reimbursement work no later than the working day following the performance of said work. The daily report sheets shall itemize the materials used, and shall cover the direct cost of labor and the charges for equipment rental, whether furnished by the Contractor, Subcontractor, or other forces. The daily report sheets shall provide names or identifications and classifications of workers, the hourly rate of pay and hours worked, and also the size, type, and identification number of equipment and hours operated. Material charges shall be substantiated by valid copies of vendors' invoices. Such invoices shall be submitted with the daily report sheets, or, if not available, they shall be submitted with subsequent daily report sheets. Said daily report sheets shall be signed by the Contractor or his authorized agent. The Owner reserves the right to furnish such materials and equipment as he deems expedient, and the Contractor shall have no claim for profit or added fees on the cost of such materials and equipment. To receive partial payments and final payment for cost reimbursement work, the Contractor shall submit to the Engineer, in a manner approved by the Engineer, detailed and complete documented verification of the Contractor's and any of his Subcontractors' actual costs involved in the cost reimbursement work. Such costs shall be submitted within 30 days after said work has been performed. 69. PARTIAL PAYMENTS A. GENERAL Nothing contained in this Article shall be construed to affect the right, hereby reserved, to reject the whole or any part of the aforesaid work, should such work be later found not to comply with the provisions of the Contract Documents. All estimated quantities of work for which partial payments have been made are subject to review and correction on the final estimate. Payment by the Owner and acceptance by the Contractor of partial payments based on periodic estimates of quantities of work performed shall not, in any way, constitute acceptance of the estimated quantities used as the basis for computing the amounts of the partial payments. GENERAL CONDITIONS 19 JAN 1988 B. ESTIMATE At least 30 days before each progress payment falls due, as specified in the Supplementary Conditions, the Contractor shall submit to the Engineer a detailed estimate of the amount earned during the preceding month for the separate portions of the work, and request payment. As used in this Article, the words "amount earned" means the value, on the date of the estimate for partial payment, of the work completed in accordance with the Contract Documents, and the value of approved materials delivered to the project site suitably stored and protected prior to incorporation into the work. Engineer will, within 7 days after receipt of each request for payment, either indicate in writing a recommendation of payment and present the request to Owner, or return the request to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may, within 7 days, make the necessary corrections and resubmit the request. Engineer may refuse to recommend the whole or any part of any payment if, in his opinion, it would be incorrect to make such representations to Owner. Engineer may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: 1. The work is defective, or completed work has been damaged requiring correction or replacement; 2. Written claims have been made against Owner or Liens have been filed in connection with the work; 3. The Contract Price has been reduced because of Change Orders; 4. Owner has been required to correct defective work or complete the work in accordance with Article OWNER'S RIGHT TO DO WORK; 5. Of Contractor's unsatisfactory prosecution of the work in accordance with the Contract Documents; or 6. Contractor's failure to make payment to Subcontractors or for labor, materials, or equipment. C. DEDUCTION FROM ESTIMATE Unless modified in the Supplementary Conditions, deductions from the estimate will be as described below: 1. The Owner will deduct from the estimate, and retain as part security, 10 percent of the amount earned for work satisfactorily completed. A deduction and retainage of 10 percent will be made on the estimated amount earned for approved items of material delivered to and properly stored at the jobsite but not incorporated into the work. When the work is 50 percent complete, the Owner may reduce the retainage to 5 percent of the dollar value of all work satisfactorily completed to date provided that the Contractor is making satisfactory progress and there is no specific cause for a greater retainage. The Owner may reinstate the retainage up to 10 percent if the Owner determines, at his discretion, that the Contractor is not making satisfactory progress or where there is other specific cause for such withholding. D. QUALIFICATION FOR PARTIAL PAYMENT FOR MATERIALS DELIVERED Unless modified in the Supplementary Conditions, qualification for partial payment for materials delivered but not yet incorporated into the work shall be as described below: JAN 1988 20 GENERAL CONDITIONS 1. Materials, as used herein, shall be considered to be those items which are fabricated and manufactured material and equipment. No consideration shall be given to individual purchases of less than $200 for any one item. 2. To receive partial payment for materials delivered to the site, but not incorporated in the work, it shall be necessary for the Contractor to include a list of such materials on the Partial Payment Request. At his sole discretion, the Engineer may approve items for which partial payment is to be made. Partial payment shall be based on the Contractor's actual cost for the materials as evidenced by invoices from the supplier. Proper storage and protection shall be provided by the Contractor, and as approved by the Engineer. Final payment shall be made only for materials actually incorporated in the work and, upon acceptance of the work; all materials remaining for which advance payments had been made shall revert to the Contractor, unless otherwise agreed, and partial payments made for these items shall be deducted from the final payment for the work. 3. Contractor warrants and guarantees that title to all work, materials, and equipment covered by any Application for Payment, whether incorporated in the project or not, will pass to Owner at the time of payment free and clear of all liens, claims,, security interests, and encumbrances. 4. If requested by the Engineer, the Contractor shall provide, with subsequent pay requests, invoices receipted by the supplier showing payment in full has been made. E . PAYME14T After deducting the retainage and the amount of all previous partial payments made to the Contractor from the amount earned, the amount due will be made payable to the Contractor. Recommendations for payment received by the Owner less than 9 days prior to the scheduled day for payment will not be processed or paid until the following month. 70. CLAIMS FOR EXTRA WORK In any case where the Contractor deems additional time or compensation will become due him under this Contract for circumstances other than those defined in Article DELAYS AND EXTENSION OF TIME, the Contractor shall notify the Engineer, in writing, of his intention to make claim for such time or compensation before he begins the work on which he bases the claim, in order that such matters may be settled, if possible, or other appropriate action promptly taken. The notice of claim shall be in duplicate, in writing, and shall state the circumstances and the reasons for the claim, but need not state the amount. If such notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost, then the Contractor hereby agrees to waive the claim for such additional time or compensation. Such notice by the Contractor, and the fact that the Engineer has kept account of the cost as aforesaid, shall not in any way be construed as proving the validity of the claim. No extension of time will be granted to the Contractor for delays resulting from extra work that have no measurable impact on the completion of the total Work under this Contract. Claims for additional time or compensation shall be made in itemized detail and submitted, in writing, to the Owner and Engineer within 10 days following completion of that portion of the work for which the Contractor bases his claim. Failure to make the claim for additional compensation in the manner and within the time specified GENERAL CONDITIONS 21 JAN 1988 above shall constitute waiver of that claim. In case the claim is found to be just, it shall be allowed and paid for as provided in Article PAYMENT FOR CHANGE ORDERS. 71. RELEASE OF LIENS OR CLAIMS The Contractor shall indemnify and hold harmless the Owner from all claims for labor and materials furnished under this Contract. Prior to the final payment, the Contractor shall furnish to the Owner, as part of his final payment request, a certification that all of the Contractor's obligations on the project have been satisfied and that all monetary claims and indebtedness have been paid. The Contractor shall furnish complete and legal effective releases or waivers, satisfactory to the Owner, of all liens arising out of or filed in connection with the work. 72. FINAL PAYMENT Upon completion of all of the work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such notice the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate by the Owner and compliance by the Contractor with provisions in Article RELEASE OF LIENS OR CLAIMS, and other provisions as may be applicable, the Owner shall pay to the Contractor all monies due him under the provisions of these Contract Documents. 73. NO WAIVER OF RIGHTS Neither the inspection by the Owner, through the Engineer or any of his employees, nor any order by the Owner for payment of money, nor any payment for, or acceptance of, the whole or any part of the work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Owner or its employees, shall operate as a waiver of any provision of this Contract, or any power herein reserved to the Owner, or any right to damages herein provided, nor shall any waiver of any breach in this Contract be held to be a waiver of any other or subsequent breach. Acceptance or final payment shall not be final and conclusive with regards to latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under the warranty. 74. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall release the Owner and the Engineer, as representatives of the Owner, from all claims and all liability to the Contractor for all things done or furnished in connection with the work, and every act of the Owner and others relating to or arising out of the work except claims previously made in writing and still unsettled. No payment, however, final or otherwise, shall operate to release the Contractor or his Sureties from obligations under this Contract and the Performance Bond, Payment Bond, and other bonds and warranties, as herein provided. GENERAL CONDITIONS JAN 1988 22 RENTON PIPELINES S22074B SEA SUPPLEMENTARY CONDITIONS GENERAL The Contractor's attention is directed to Division 1, GENERAL REQUIREMENTS, which contains other special requirements and information that are pertinent to this project. LOCATION AND DRAWINGS LOCATION The location of the work is shown on the first sheet of the Drawings. DRAWINGS The Drawings for the construction of the South Talbot Hill Pipelines consist of 8 sheets, entitled "South Talbot Hill Pipelines," and dated November 1988. REVISIONS TO THE CITY OF RENTON INSTRUCTIONS TO BIDDERS The CITY OF RENTON INSTRUCTIONS TO BIDDERS is hereby revised as follows: Delete paragraphs 2 and 7 in their entirety. Refer to the WAS14INGTON INSTRUCTIONS TO BIDDERS for BID SECURITY procedures. REVISIONS AND ADDITIONS TO THE GENERAL CONDITIONS The General Conditions are hereby revised as follows: ARTICLE 9 "ENGINEER" Add the following: Wherever in these Documents the word "Engineer" appears, it shall be understood to mean CH2M HILL and their authorized representatives, acting either directly or indirectly as authorized agents of the Owner. ARTICLE 12 "OWNER" Add the following: Wherever in these Documents the word "Owner" appears, it - shall be understood to mean the City of Renton, Washington, whose address is Municipal Building, 200 Mill Avenue South, Renton, WA 98055. S22074.B1 NOV 1988 00825 1 SUPPLEMENTARY CONDITIONS RENTON PIPELINES S22074B SEA ARTICLE 14 "SPECIFICATIONS" Add the following: STANDARD SPECIFICATIONS Wherever in these Contract Documents reference is made to the "Standard Specifications", said reference shall be understood as referring to the Standard Specifications for Road, Bridge, and Municipal Construction of the Washington State Department of Transportation and Washington State Chapter of American Public Works Association, 1988 edition, which applicable parts are incorporated herein and made a part of these Documents by specific reference thereto. If requirements contained in the Standard Specifications are modified by or are in conflict with supplemental information in these Contract Documents, the requirements of these Contract Documents shall prevail. ARTICLE 19 "DISCREPANCIES AND OMISSIONS" Add the following: Situations where items of work are shown or called for on the Drawings but not mentioned in the Specifications shall not be considered inconsistencies subject to application of the precedence of parts of the Contract Documents established herein. The Contractor shall provide items and perform work shown or called for on the Drawings but not specified as part of his obligation under the Contract. ARTICLE 23 "ADDITIONAL CONTRACT DOCUMENTS" Insert the following prior to the first paragraph: The Engineer will provide four complete sets of the Contract Documents free of charge for use by the Contractor. ARTICLE 29 "LINES AND GRADES" Add the following: The Contractor shall lay out the work from the general information given on the Drawings and obtain the Engineer's approval. Construction staking shall be supplied by the Contractor. The dimensions for lines and elevations for grades of the structures, appurtenances, and pipelines are indicated on the Drawings, together with other pertinent information 522074.B1 NOV 1988 SUPPLEMENTARY CONDITIONS 2 00825 RENTON PIPELINES S22074B SEA required for laying out the work. If site conditions vary from those indicated, the Contractor shall notify the Engineer immediately, who will make any minor adjustment as required. ARTICLE 30 "SHOP DRAWING SUBMITTAL PROCEDURE" The Contractor shall submit to the Engineer a "schedule of submittals" listing all of the shop drawing submittals that are required by the Contract Documents. ARTICLE 34 "INSURANCE AND LIABILITY", SUBARTICLE C "COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE" Add the following: Provide Employer's Liability or "Stop Gap" Insurance in an amount not less than $100,000. ARTICLE 34 "INSURANCE AND LIABILITY", SUBARTICLE D "GENERAL LIABILITY INSURANCE (INCLUDING AUTOMOBILE)" Add the following: The amount of General Liability Insurance shall not be less than $500,000 for bodily injury for each occurrence, with coverage for property damage not less than $300,000. Comprehensive automobile liability shall not be less than $300,000 for each person and $500,000 for each occurrence. Contractual liability shall not be less than $300,000 for bodily injury per each occurrence with coverage for property damage not less than $500,000 for each occurrence. Additional umbrella excess liability coverage for the General Liability and Automobile Liability insurance shall be not less than $5,000,000 per occurrence in excess of the above stated primary limits. ARTICLE 34 "INSURANCE AND LIABILITY", SUBARTICLE E "BUILDERS RISK ALL RISK INSURANCE" Delete the Subarticle in its entirety. ARTICLE 35 "INDEMNITY" Add the following: For suits, actions, legal or administrative proceedings, claims, demands, damages, losses, penalties, fines, costs, and expenses caused by or resulting from the concurrent negligence of the Owner and the Engineer or the Owner's or Engineer's agents or employees and the Contractor or the Contractor's agents or employees, in situations where 522074.B1 NOV 1988 00825 3 SUPPLEMENTARY CONDITIONS RENTON PIPELINES S22074B SEA liability for damages arises from claims of bodily injury to persons or damage to property, the preceding indemnity provision shall be valid and enforceable only to the extent of the Contractor's negligence. Contractor acknowledges that by entering into a contract with Owner, he has mutually negotiated the above indemnity provision with the Owner. Contractor's indemnity and defense obligations shall survive the termination or completion of the Contract and remain in full force and effect until satisfied in full. ARTICLE 37 "TAXES AND CHARGES" Add the following: The Contractor shall collect from the Owner and remit to the state, retail sales tax on the Contract amount as required by the laws, statutes, and regulations of the State of Washington and its political subdivisions. The Owner will claim any exemption from retail sales tax authorized by law. The Contractor shall pay all other federal, state, and local sales, use, and other taxes applicable to the work and the Contractor's activities under the Contract. The Contractor shall withhold and pay any and all sales and use taxes and all withholding taxes, whether state or federal, and pay all Social Security charges and also all State Unemployment Compensation charges, and pay or cause to be withheld, as the case may be, any and all taxes, charges, or fees or sums whatsoever, which are now or may hereafter be required to be paid or withheld under any laws. ARTICLE 38 "REQUIREMENTS OF STATE LAW FOR PUBLIC WORKS PROJECTS" Add the following: When the Contract Documents concern public works of the state or any county, municipality, or political subdivision created by its laws, the applicable statutes of the State of Washington shall apply. For this reason, the following chapters of the Revised Code of Washington, to include the latest additions and revisions, are incorporated by reference as parts of these Contract Documents: A. 39.12 (concerning the prevailing wage rates to be paid to journeymen and apprentices on public works, the certificates required by the state in contracts for public works, the arbitrator in cases of dispute of S22074.B1 NOV 1988 SUPPLEMENTARY CONDITIONS 4 00825 RENTON PIPELINES S22074B SEA wages, and the penalties involved if these statutes are violated). The Contractor shall pay not less than the prevailing rate of wages in accordance with Washington RCW 39.12.020. Certificates of wage payments by the Contractor shall be submitted to the Department of Labor, with a copy to the Owner, in accordance with RCW 39.12.040 and shall pay all fees associated therewith. Wage certification forms shall be provided by the Contractor. No workman, laborer, or mechanic employed in the performance of any part of this Contract shall be paid less than the "prevailing rate of wage" as determined by the Industrial Statistician of the Department of Labor and Industries. The schedule of the prevailing wage rates for the locality or localities where this Contract will be performed is by reference made a part of this Contract as though fully set forth herein. In case a dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State, and his decision therein shall be final and conclusive and binding on all parties involved in the dispute as provided for by RCW 39.12.060, as amended. The Owner does not guarantee that labor can be procured for the minimum wages in the wage scale. The rates of wages listed are minimum only, below which the Contractor cannot pay, and they do not constitute a representation that labor can be procured for the minimum listed. The Contractor shall ascertain for himself the wages above the minimum set forth that he may have to pay. B. 49.28 (concerning the definition of a working day, emergency overtime provisions, the penalties and cancellation of Contracts for violation of these statutes). It is understood and agreed that all parties to this Contract shall determine the contents of these applicable statutes and comply with their provisions throughout the performance of the Contract. S22074.B1 NOV 1988 00825 5 SUPPLEMENTARY CONDITIONS RENTON PIPELINES S22074B SEA ARTICLE 39 "CODES, ORDINANCES, PERMITS, AND LICENSES" Add the following: PERMITS FOR WORK IN RENTON A City of Renton Business License is required for the work. It shall be the Contractor's responsibility to secure all necessary permits prior to starting any construction. ARTICLE 52 "BEGINNING OF THE WORK" Delete the article and substitute with the following: PRECONSTRUCTION CONFERENCE Within 20 days following Execution of Contract but before Contractor starts the work at the site, the Contractor shall meet with the Owner and Engineer for discussion of scheduling requirements, procedures for handling shop drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the work. ARTICLE 53 "SCHEDULES AND PROGRESS REPORTS" Add the following: The progress schedule shall show the estimated payment demand for each month, which shall be updated monthly. Add the following Subarticle: CRITICAL PATH METHOD FOR SCHEDULING Prior to the preconstruction conference, the Contractor shall prepare and submit to the Engineer, his material delivery and construction progress schedule using the Critical Path Method (CPM). The CPM shall provide a workable plan for monitoring the progress of all elements of the work, establish the critical elements of work, and forecast potential problems in maintaining the specified completion dates. Information on the CPM shall be maintained current by the Contractor at all times. The Critical Path shall be clearly identified and the updated CPM shall be submitted to the Engineer at the end of each mont.": during the Contract period; or submitted at such other times as deemed necessary by the Engineer. S22074.B1 NOV 1988 SUPPLEMENTARY CONDITIONS 6 00825 RENTON PIPELINES S22074B SEA Any contingency within the schedule, i.e., a difference in time between the project's early completion and required Contract completion date and float in the Overall Schedule, will belong to the project and not to the parties to the Contract. The Contractor shall not sequester shared float through such strategies as extending duration estimates to consume available float time or extensive crew/resource sequencing, etc. ARTICLE 57 "OWNER'S RIGHT TO TRANSFER EMPLOYMENT" Delete in its entirety and add the following: ARTICLE 57. OWNER'S RIGHT TO TERMINATE CONTRACT If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will ensure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within 10 days after the serving of such notice, such violation or noncompliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said 10-day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within 30 days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within 15 days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants, and other properties belonging to the Contractor as may be on site of the project and useful therein. 522074.B1 NOV 1988 SUPP 00825 7 LEMENTARY CONDITIONS RENTON PIPELINES S22074B SEA ARTICLE 58 "DELAYS AND EXTENSION OF TIME" Add the following: No extension of time will be granted the Contractor for delays to parts of the work which are not on the critical path defined in the Contractor's submitted schedule unless the delay exceeds the float time available on the path which contains the delayed item of work. ARTICLE 68 "PAYMENT FOR CHANGE ORDERS" Delete SUBARTICLE "A. UNIT PRICES" and replace with the following: A. UNIT PRICES Those unit prices stipulated in the Proposal shall be utilized where applicable. The unit price of an item shall be subject to reevaluation and equitable adjustment upon demand of either party whenever the total cost of a particular unit price item amounts to 5 percent or more of the Contract price and the variation in the quantity of that particular unit price item performed by Contractor differs by more than 20 percent from the estimated quantity of such item indicated in the Proposal. The equitable adjustment shall be based upon any increase or decrease in costs due solely to the variation above 20 percent or below 80 percent of the estimated quantity. If the quantity variation is such to cause an increase in the time necessary for completion, the Contractor may submit to the Engineer, in writing, a request for an extension of time, within 10 days from the beginning of the delay, or within such further period as may be granted by the Engineer before the date of Final Payment. Upon receipt of a written request for a time extension, the Engineer shall ascertain the facts and make an adjustment for extending the completion date as in the opinion of the Engineer is justified. ARTICLE 68 "PAYMENT FOR CHANGE ORDERS", SUBARTICLE C, "COST REIMBURSEMENT WORK" Delete the third and fourth subparagraphs and replace with the following: S22074.B1 NOV 1988 SUPPLEMENTARY CONDITIONS 8 00825 RENTON PIPELINES S22074B SEA In addition to the actual costs in items 1 through 5 above, there shall be added the following fixed fees for the Contractor or subcontractor actually performing the work: A. A fixed fee of 20 percent of the cost of Item 1 above, B. A fixed fee of 15 percent added to the cost of Items 2 and 3, above and C. A fixed fee of 6 percent added to the cost of Items 4 and 5 above. An additional fixed fee of 10 percent shall be allowed the Contractor for the administrative handling of portions of the work that are performed by an approved subcontractor. No additional fixed fee will be allowed for the administrative handling of work performed by a subcontractor of a subcontractor, unless by written permission from the Owner. ARTICLE 69 "PARTIAL PAYMENTS" Delete Subarticle "DEDUCTION FROM ESTIMATE" in its entirety and substitute the following: DEDUCTION FROM ESTIMATE The Owner will deduct and retain not more than 5 percent of the moneys due the Contractor, said amounts to be held and treated in accordance with the provisions of RCW 60.28. Add the following: The Contractor shall be required to complete and submit the following documents before progress payments to the Contractor will be approved by the Public Works Director: Each Month - Department of Labor Standard Form 257 The Owner will furnish these forms to the Prime Contractor during the preconstruction meeting. ARTICLE 69 "PARTIAL PAYMENTS", SUBARTICLE C "PAYMENT" Add the following: Partial payments will be made payable to the Contractor 20 days after the council meeting scheduled for approval of such payments. Add the following to the end of the Subarticle: S22074.B1 NOV 1988 00825 9 SUPPLEMENTARY CONDITIONS RENTON PIPELINES S22074B SEA Partial payments shall be conditional upon prosecution of the work in accordance with the provisions of the Contract and, on Contracts for any public work in the State of Washington, upon filing with the Owner by the Contractor the wage certification form required by RCW 39.12.040. ARTICLE 72 "FINAL PAYMENT" Delete Article in its entirety and replace with the following: FINAL PAYMENT Upon completion of all of the work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of Article RELEASE OF LIENS OR CLAIMS are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On Contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the affidavit required by RCW 39.12.040 certifying that he has paid not less than the prevailing rate of wages. Before payment of the final estimate, the Contractor shall submit affidavit of amounts paid to minority business enterprise and/or women business enterprise participants on the form provided by the Owner certifying the amount paid to minority business enterprise and/or women business enterprise participants. S22074.B1 NOV 1988 SUPPLEMENTARY CONDITIONS 10 00825 Complete & mail entire set [SAMPLE] WITH APPROVAL, FEE TO: Department of Labor & Industries ESAC Division - HC-710 925 Plum Street INSERT CARBON PAPER Olympia, Wa. 98504-0631 (206) 753-4019 BEFORE COMPLETING (Type or print clearly ---this is your mailing label) APPROVED FORMS TO BE RETURNED TO: Statement of INTENT TO PAY PREVAILING WAGES ( Public Works Contract) Contract/BPW No. contractor I Lao you Intend to use subcontractors? I Yes Q No CONTRACT AWARDING name phone number PUBLIC AGENCY address city state zin SEE INSTRUCTIONS ON REVERSE SIDE 1. CRAFT 2. ESTIMATED NO.� 3. RATE OF 4. RATE OF HOURLY OF WORKERS I HOURLY PAY I FRINGE BENEFITS I hereby certify that the auove information is correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate as determined by the Industrial Statistician of the Department of Labor and Industries I understand that contractors who violate Prevailing Wage Laws are subject to fines and/or debarment. (complete all 4 copies and have each notarized) STATE OF WASHINGTON County of Signed or attested before me on (Signature of notary public)_ My appointment expires CONTRACTORS, DISTRIBUTE APPROVED COPIES AS FOLLOWS: P,NK - - ORIGINAL CONTRACT - AWARDING AGENCY GREEN - DUPLICATE - L 6 1, EMPLOYMENT SIDS BLUE - - TRIPLICATE - PRIME CONTRACTOR CANAR`� - QUADRUPLICATE - SUBCONTRACTOR Contractor's Signature 7yTTr& or print Company Name City State Zip :Contractors Registration No. Department of Labor & Industries By Industrial Statistician 17700-029.000 intent to pay 4-87 1 1 Complete & mail entire set [SAMPLE] WITH APPROVAL FEE TO: Affidavit of Department of Labor&Industries PREVAILING WAGES PAID ESAC Division HC-710 : (Public Works Contract) 925 Plum Street INSERT CARBON PAPER Olympia, Wa. 98504-0631 06 753-4019 BEFORE COMPLETING (Type or print clearly ---this Is your mailing label) ContractBPW No. APPROVED FORMS TO BE RETURNED TO: CONTRACT AWARDING PUBLIC AGENCY -t-.77-7l contractor a statement of intent urea for tits Yes No e no. IDate wine state zip SEE INSTRUCTIONS ON REVERSE SIDE 1. CRAFT 2. APPRENTICES: Name, registration #, 3. RATE OF £4. RATE OF HOURLY stage of progression & date of hire HOURLY PAY FRINGE BENEFITS I hereby certify that the above information is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate as determined by the Industrial Statistician of the Department of Labor and Industries. I understand that contractors who violate Prevailing Wage Laws are subject to Contractor's Signature fines and/or debarment. ....................................... I .type or print Company Name _..... _....._ Complete this form in triplicate and have each notarized STATE OF WASHING TON County o Signed or attested before me on (Signature of notary public) My appointment expires CONTRACTORS, MAIL AN APPROVED COPY TO THE CONTRACT r AWARDING PUBLIC AGENCY F700-007-000 affidavit of wages 4-87 .......... ....................... ........................................................................... ........................ ..... City State Zip :Contractor's Registration No. se APPROVED Department of Labor & Industries By INSTRUCTIONS FOR FILING E.*SPLOYMENT UTILIZATION REPORT (CITY OF RENTON) The Employment Utilization Report is to be completed by each subject contractor (both prime and subcontractors) and signed by a responsible official of the company. The reports are to be filed on the day required, each month, during the term of the contract, and they shall include the total work -hours worked on the project for each employee level in each designated trade for the entire reporting period. The prime contractor shall submit a report for its work force and shall collect and submit reports for each subcontractor's work force to the Compliance Agency that is funding their construction project. Reporting Period . . . . . . . . . . . Self-explanatory Compliance Agency . . . . . . . . . . City of Renton (administering department) Contractor . . . . . . . . . . . . . . Any contractor who has a qualifying construction contract with the City of Renton. 1. Compan-v's Name . . . . . . . . . . Any contractor or subcontractor who has a qualifying contract. 2. Trade . . . . . . . . . . . . . . Only those crafts covered under applicable EEO bid conditions. 3. Work -hours of Employment . . . . . The total number of hours worked by all employees in each classification; the total number of hours worked by each *minority group in each classification and the total work -hours for all women. Classification . . . . . . . . . . The level of accomplishment or status of the worker in the trade. (C - Cra:twcrker - Qualified, Ap - Apprentice, Tr - Trainee). 4. Percent: of minority work - hours of total work -hours . . . . The percentage of total minority work -hours worked of all work -hours worked. (The sum of columns b, c, d and a divided by column a.) 5. Total Number of Minority Employees . . . . . . . . . . . . Number of minority employees working in contractor's aggregate work force during reporting period. 6. Total Number of Employees . . . . Number of all employees working in contractor's aggregate work force during reporting period. * Minority is defined as including Blacks, Hispanics, American Indians and Asian and Pacific Islanders - both men and women. CONTRACTOR/SUBCONTRACTOR ��Y REPORTING PERIOD MONTHLY MANPOWER UTILIZATION REPORT Month: Year: To be submi�_ted to the City's Project Goals and Timetables as committed Engineer during the 1st week of following in Contractor's Affirmative month while contract is in progress. Prime N� Action Plan % Contractor is responsible for obtaining and or per City's Plan 9.1 ° submittin &11 Subcontractor Reports. �0 To: (Nase and location of Coopliancs Agency Dept.) From: (bane and location of contractor) This report is required by Executive Order 11246, Section 203. Failure to report can result in sanctions which include suspension, termination, cancellations or debarment of contract. 1 . Company's Name (I.D.) 2. Trade 3. York Hours of Employment (See footnote) Claesi a• b.• c • • e• His- Amer. Asian/ Total tione TotalBlack panic Indian �i'' c Island .•ale ++. % mino- rity x/h of total 5. Total number of minority eesloy - b . Total number of Emp3oy. eee C A Tr A Tr A I Tr A Tr C A I t _ -----------..t . A'- T r I I Tr I I Tr An Tr 7. Ccmpary Cfflcial' s SIgnature an ..tie Date Signed 9. Telep.':one ;:Laber (Include Area Code) Rev. 11/77 (*Males D Females, **Minorities Z Non -minorities) Page Of 1/80 (Submittal Recuirements S City's Goals/Timetables) CERTIFICATION OF PAYMENT OF PREVAILING WAGES Project Date: CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the month of in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor b Industries. Company Name By Title ENVIRONMENTAL REGULATIONS LISTING REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION T CES In accordance with the provisions of Chapter 62, Laws of 1973, H.B. 621, the Contractor shall secure any permits or licenses required by, and comply fully with all provisions of the follow- ing laws, ordinances, and resolutions: Kin County Ordinance No. 1527 requires Building and Land eve opment Division and HydF—aulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design stand- ards to be incorporated into project design by Engineering Services. Reivew by Hydraulics Division. Kiln _CountZ Ordinance No. 800, No. 900, No. 1006 and Resolution No.8778, No. Z4553, No. 24834, No. 6M and No. 11242 contained in rli g County Code Titles 8 ana 10 are provisions for disposi- tion of refuse and litter in a licensed disposal site and pro- vide penalties for failure to comply. Review by Division of Solid. Waste. Ph�u et. Sound Air Pollution Control Agency Regulation I: A regu- �Licn to control the emission o± air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsaa Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically re- port to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.W. 90.48: Enacted to maintain the highest possible standards to ensure tTie purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protecting of wildlife, birds, game, fish, and other aquatic life„ and the industrial development of the State, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of $5,000/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling so 7wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the ,surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.370: Provides for abatement of additional fire haz- ard an s upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near building, roads, campgrounds, and school grounds). The owner and/or person respons- ible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of for—est fires or forest fire conditions. R.C.W. 70.94.660: Provides for issuance of burning permits for a sting or prevention of forest fire hazards, instruction or silvicultural operations. R.C.W. 76.04.310: Stipulates that everyone clearing land or clearing rig t-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. R.C.W. 78.44: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. W.A.C. 332-18: Delineates all requirements for surface mined and reclamation. W.A.C. 332-24: Codifies requirements of R.C.W. 76.04 pertaining to land clearing and burning. U. S. ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 13, 1902: Author- izes Secretary o-i7 Army and Corps or Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL92-500 6 Stat. 1 Authorizes the Secretary oz t o Army, acting through the Corp6 of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits'may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of rezuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citi- zen may file a complaint with the U. S. Attorney and share a por- tion of the fine. -2- PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying including borrow pits and associ- ated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subse- quent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on�ta.te shorelines. ermit acquired by Public Works and reviewed by Building and Land Development Division. KilnCount Ordinance No. 1488 requires permit for grading, land 1:1 Is, gravel pits, dumping, quarrying and mining operations except. on County right-of-way. Review by Building and Land Develop- ment Division. WASHINGTON STATE DEPARTMENT OF FISHERIES A.ND GA1M ChaZte+r 112, Laws of 1949: Requires hydraulics permit on certain projects.(King County Department of Public Works will obtain.) WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 173-220: Requires a National Pollutant Discharge Elimination ystea7_(I7PM17j permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into Ttate surface or ground water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity.) W.A.C. 508-12-100: Requires permit to use surface water. W.A.C. 508-12-190: Requires that changes to permits for water use be reriewed by t e Department of Ecology whenever it is desired to chZLnge the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. W.A.C.. 508-12-220: Requires permit to use ground water. W.A.C.. 508-12-260: Requires permit to construct reservoir for water storage. W.A.C. 508-12-280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works secures one for design. Contractor secures one for his operation (false work design, etc.). -3- PERMITS REQUIRED FOR THE PROJECT - Continued WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except or small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to exteme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.11. 76.08.030: Cutting permit required before cutting merchant- able timber. R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. R.C.W. 78.44.080: Requires permit for any surface mining opera- tion CincludinTsand, gravel, stone, and earth from borrow pits) UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3 1899: Requires permit for construction (other than bridges, see . S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain). FIRE PROTECTION DISTRICT R.C.W. 52.28.010, 52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides autnority.for, requirements or, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3 1899, General Bridge Act of March7f, 1906, and General Bridge Act of-1-9-47 as amen ea August2, 1956:Requires a permit for construction of dri ge on navigable waters (King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the afore- mentioned permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d),(2)(iii) of Regulation I: Request for verifica- tion of population density. Contractor should be sure his opera- tions are in compliance with Regulation I, particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter --dust), and Section 9.15 (preventing particulate matter from becoming airborne) . -4- PERMITS REQUIRED FOR THE PROJECT - Continued ENVIRONMENTAL PROTECTION AGENCY Title 40 Chapter Ic, Part 61: Requires that the Environmental Protiction Agency be notified 5 days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than S dwelling units). The above requirements will be applicable only where called for on the various road projects. Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public Works, 900 King County Administration Building, Seattle, Washington, 98104. It shall be the responsibility of the Con- tractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. -5- PART 4 SPECIFICATIONS RENTON PIPELINES S22074B SEA ABBREVIATIONS Whenever in these Contract Documents the following abbreviations are used, the intent and meaning shall be interpreted as follows: AA p,AMA Aluminum Association Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute Anti -Friction Bearing Manufacturers' Association AFBMA AGA American Gas Association AGMA American Gear Manufacturers' Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute AREA American Railway Engineering Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers, Inc. ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWPA American Wood Preservers' Association AWPB American Wood Preservers Bureau AWS American Welding Society AWWA American Water Works Association Builders Hardware Manufacturers' As BHMA CBMA Certified Ballast Manufacturers' Association CDA Copper Development Association CISPI Cast Iron Soil Pipe Institute Crane Manufacturers' Association of America CMAA CRSI Concrete Reinforcing Steel Institute Fed. Spec. Federal Specifications HI Hydraulic Institute HMI Hoist Manufacturers' Institute International Conference of Building Officials ICBO ICEA Insulated Cable Engineers' Association IEEE Institute of Electrical and Electronics Engineers, Inc. ISA Instrument Society of America JIC Joint Industry Conferences of Hydraulic Manufacturers MMA Monorail Manufacturers' As NBHA National Builders' Hardware Association NEC National Electrical Code NOV 1988 S22074.31 ABBREVIATIONS 01000 1 RENTON PIPELINES S22074B SEA NEMA National Electrical Manufacturers' Association NESC National Electric Safety Code NFPA National Fire Protection Association NLMA National Lumber Manufacturers' Association NWMA National Woodwork Manufacturers' Association OECI Overhead Electrical Crane Institute OSHA Occupational Safety and Health Act (both Federal & State) PS Product Standards Section - U.S. Department of Commerce RLM RLM Standards Institute, Inc. RMA Rubber Manufacturers' Association SAE Society of Automotive Engineers SDI Steel Door Institute SSPC Steel Structures Painting Council TEMA Tubular Exchanger Manufacturers' Association TCA Tile Council of America UBC Uniform Building Code UL Underwriters' Laboratories, Inc. WWPA Western Wood Products Association Unless a particular issue is designated, all references to the above specifications, standards, or methods shall, in each instance, be understood to refer to the issue in effect (including all amendments) on the first published date of the Invitation to Bid. S22074.B1 NOV 1988 01000 2 ABBREVIATIONS A, RENTON PIPELINES S22074B SEA 01001 GENERAL REQUIREMENTS 1. PROJECT DESCRIPTION 1.1 GENERAL: 1.1.1 A brief description of the work is stated in the Invitation to Bid. To determine the full scope of the project or any particular part of the project, coordinate the applicable information in the several parts of these Contract Documents. 1.1.2 The Contractor's attention is directed to the SUPPLEMENTARY CONDITIONS, which contain other special requirements that are pertinent to this project. 2. SEQUENCE OF OPERATIONS 2.1 SCHEDULING: • 2.1.1 Plan the work and carry it out with minimum interference to the operation of the existing facilities. Prior to starting the work, confer with the Engineer and Owner's representative to develop an approved work schedule which will permit the facilities to function normally as practical. It may be necessary to do certain parts of the construction work outside normal working hours in order to avoid undesirable conditions. The Contractor shall do this work at such times, and at no additional cost to the Owner. Do not make connections between existing work and new work until necessary inspection and tests have been completed on the new work and it is found to conform in all respects to the requirements of the Contract Documents. 2.1.2 Work on existing utilities shall be performed on a schedule and in a manner that will permit the existing utilities to operate continuously. 2.1.3 In order to meet the overall objectives of this project, elements of the work shall be based on the following criteria: 1. Within 2 weeks of receipt of notification to proceed, the Contractor shall submit for Engineer approval the mobilization and operations plan. The plan shall establish all construction activities, including traffic control plan; the location for the Contractor's temporary facilities; storage of materials and equipment; and vehicle parking. The plan shall be explicit in determining methods to control stormwater runoff and erosion control. Turbidity, sanitary wastes, chemicals, petroleum products, and any other undesirable substances from the construction activities shall not be permitted to enter the stormwater collection system or adjacent creeks and ditches. S22074.B1 NOV 1988 01001 1 GENERAL REQUIREMENTS RENTON PIPELINES S22074B SEA 2. The Contractor for the Reservoir Sitework and Pipeline (Schedule A) is expected to complete construction of the 20-inch water, 10-inch drain, and 3-inch conduit pipelines in 103rd Place SE by May 31, 1989. The Contractor for this project shall schedule the work so that pipe connections at this interface occur after this date. 3. The Contractor shall schedule the work in 103rd Place SE so that continuous access is maintained to the Haul Road and the Reservoir site for the Reservoir Sitework and Pipeline Contractor (Schedule A) and the Reservoir Tank Contractor (Schedule B). The Reservoir Sitework and Pipeline Contractor will be finished by June 30, 1989. The Reservoir Tank Contractor will be working on tank erection from July 1, 1989, to September 30, 1989. 4. The Contractor shall schedule the work for the Carr Road crossing so that it occurs on Saturday and/or Sunday. Two-way traffic shall be maintained at all times. Submit traffic control plan to the Engineer and obtain approval before beginning any construction work in Carr Road. 5. The Contractor shall complete the pipeline work (20-inch water, 10-inch drain, and 3-inch conduit), including testing, sterilization, biological testing, and connections "A" and "B", within the time stated in the Proposal. Excluded from the pipeline work is final surface restoration. 6. The Contractor shall complete in all respects the final surface restoration within the time stated in the Proposal. 2.2 PRECONSTRUCTION CONFERENCE: Prior to the start of construction, the Contractor, Owner, Engineer, all subcontractors, utility department, power company, and other interested departments shall attend a preconstruction conference, with time, place, and date to be determined after award of the Contract. Prior to scheduling the preconstruction conference, a permit information sheet shall be supplied to the Engineer. Subsequently, a representative of the Contractor will attend a weekly conference to review progress and discuss any problems. The time, place, and date will be established at the preconstruction conference. 2.3 STARTING WORK: Before beginning any new construction, the Contractor shall notify the Engineer at least 24 hours in advance. 2.4 COORDINATION: 2.4.1 The Contractor shall cooperate in the coordination of separate activities in a manner that will provide the least interference with the Owner's operations and other contractors and utility companies working in the area, and in the interfacing and connection of the separate elements of the overall project work. S22074.B1 NOV 1988 GENERAL REQUIREMENTS 2 01001 RENTON PIPELINES S22074B SEA 2.4.2 If any difficulty or dispute should arise in the accomplishment of the above, the problem shall be brought immediately to the attention of the Engineer. 2.4.3 The Contractor is subject to this requirement for cooperation, and shall abide by the Engineer's decision in resolving project coordination problems without additional cost to the Owner. 2.5 SHUTDOWN OF EXISTING OPERATIONS OR UTILITIES: 2.5.1 Continuous operation of the Owner's existing water system is of critical importance. 2.5.2 Connections to existing services or utilities, or other work that requires the temporary shutdown of any existing operations or utilities shall be planned in detail with appropriate scheduling of the work and coordinated with the Owner or Engineer. The approved schedule for shutdown or restart shall be indicated on the Contractor's Progress Schedule, and advance notice shall be given in order that the Owner or Engineer may witness the shutdown, tie-in, and startup. 2.5.3 All connections to existing water pipelines will be made by the Owner as specified in Section DUCTILE IRON PIPE AND FITTINGS. 2.5.4 All materials and equipment (including emergency equipment) necessary to expedite the tie-in shall be on hand prior to the shutdown of existing services or utilities and approval thereof shall be obtained from the Engineer. 2.6 OPERATION OF EXISTING SYSTEM PROHIBITED: At no time undertake to close off any lines or open valves or take any other action which would affect the operation of the existing system. Where specifically required by the Drawings and Specifications to open or close valves, the Owner will do this work. Request approval 2 working days in advance of the time that interruption of the existing system is required. 2.7 EQUIPMENT MAINTENANCE DURING CONSTRUCTION: All equipment installed shall be provided with the manufacturer's recommended oil and lubricants by the Contractor and shall be maintained and operated by the Contractor until final acceptance by the Owner; however, specific equipment designated in writing by the Engineer as meeting the requirements for Substantial Completion may, at the Owner's discretion, be operated and maintained by the Owner. 2.8 PROGRESS OF PIPELINE CONSTRUCTION: 2.8.1 The work shall proceed in a systematic manner so that a minimum of inconvenience will result to the public in the course of construction. It is, therefore, necessary to confine operations to as small a length of work area per crew as is practical. Trenching NOV 1988 522074.B1 GENERAL REQUIREMENTS 01001 3 RENTON PIPELINES S22074B SEA equipment shall not be farther than 200 feet ahead of each pipe -laying crew. Backfill the trench so no section of properly laid pipe is left uncovered longer than is absolutely necessary. The safety conditions of open excavations shall be the Contractor's responsibility. Completely backfill and clean up after each section of pipe has been inspected and approved. 2.8.2 Trenches shall not be left open overnight without prior written approval of the Engineer. 2.8.3 Clean up construction debris, excess excavation, excess materials, and completely restore fences, mailboxes, ditches, culverts, signposts, and similar items immediately following the final backfilling. 3. SITE CONDITIONS 3.1 SITE INVESTIGATION AND REPRESENTATION: 3.1.1 The Contractor acknowledges satisfaction as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, access to the site, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river stages, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and all other matters which can in any way affect the work or the cost thereof under this Contract. 3.1.2 The Contractor further acknowledges satisfaction as to character, quality, and quantity of surface and subsurface materials to be encountered from his inspection of the site and from reviewing any available records of exploratory work furnished by the Owner or included in these Documents. Failure by the Contractor to become acquainted with the physical conditions of the site and all the available information will not relieve the Contractor from responsibility for properly estimating the difficulty or cost of successfully performing the work. 3.1.3 The Contractor warrants that as a result of examination and investigation of all the aforesaid data, the Contractor can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefor is assumed by the Owner. 3.2 INFORMATION ON SITE CONDITIONS: Any information obtained by the Engineer regarding site conditions, subsurface information, S22074.31 NOV 1988 GENERAL REQUIREMENTS 4 01001 RENTON PIPELINES S22074B SEA groundwater elevations, existing construction of site facilities as applicable, and similar data will be available for inspection at the office of the Engineer upon request. Such information is offered as supplementary information only. Neither the Engineer nor the Owner assumes any responsibility for the completeness or interpretation of such supplementary information. 3.3 SUBSURFACE INVESTIGATION: No test holes or borings have been made by the Owner; however, any information the Owner or Engineer may have concerning subsurface conditions will be made available to the Contractor upon request. The Contractor shall examine the site and may make arrangements with the Owner to conduct his own subsurface investigation. 3.4 UTILITIES: 3.4.1 Known utilities and structures adjacent to or expected to be encountered in the work are shown on the Drawings. The locations shown are taken from existing records; however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the Owner or the Engineer for their accuracy or completeness. 3.4.2 It shall be the Contractor's responsibility to verify the true and correct location of all utilities so as to avoid damage or disturbance. 3.4.3 The following is a list of the major utilities serving the work area indicating the name and telephone number of the responsible authority of the various utilities which should be notified if conflicts or emergencies arise during the progress of the work. 3.4.4 Renton has a one -call system (48-hour advance notice required) that will notify some of the utilities of activity in the area. The telephone number is 1-800/424-5555. The Contractor shall contact all utilities before work starts for utility location or if conflicts or emergencies arise during the progress of the work. The Contractor is warned that City of Renton water, storm drainage, sanitary sewers, street lights, and traffic control underground utilities are not part of the one -call system and must be contacted separately. Name of Utility Water, sewer, and storm sewer Responsible Authority Ron Olsen, City of Renton, Dept. of Public Works Telephone No. 235-2631 S22074.B1 NOV 1988 01001 5 GENERAL REQUIREMENTS RENTON PIPELINES S22074B SEA Street lights and traffic control City of Renton, Traffic 235-2620 Engineering Sanitary sewer Metro Sanitary sewer Water Gas Telephone Power 447-6676 Cascade Sewer District 255-2524 Water District No. 58 255-2524 Washington Natural Gas Pacific Northwest Bell Puget Sound Power and Light Storm sewer, roads King County 622-6767 255-4591 255-2464 344-2547 3.5 CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE: 3.5.1 Where the Contractor's operations could cause damage or inconvenience to railway, telegraph, telephone, television, power, oil, gas, water, sewer, or irrigation systems, the operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by the Contractor. 3.5.2 Notify all utility offices which are affected by the construction operation at least 48 hours in advance. Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. 3.5.3 Power and utility poles interfering with the construction operation will be the responsibility of the Contractor. Protect all poles from damage. If interfering power poles, telephone poles, guy wires, or anchors are encountered, notify the Engineer and the appropriate utility company at least 48 hours in advance of construction operations to permit the necessary arrangements for protection or relocation of the interfering structure. 3.5.4 The Contractor shall be solely and directly responsible to the Owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. 3.5.5 Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. S22074.B1 NOV 1988 GENERAL REQUIREMENTS 6 01001 i • 0 • C7 41 RENTON PIPELINES S22074B SEA 3.5.6 If the Contractor while performing the Contract discovers utility facilities not identified by the public agency in the Contract Drawings or Specifications, he shall immediately notify the public agency and utility in writing. 3.5.7 The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price. 3.5.8 In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no case shall interruption of any water or utility service be allowed to exist outside working hours unless prior approval is granted. 3.5.9 In the event the Contractor encounters water service lines that interfere with trenching, he may, by obtaining prior approval of the property owner, Water Department, or Fire Department as applicable, and the Engineer, cut the service, dig through, and restore the service with similar and equal materials at the Contractor's expense. 3.5.10 Drainage culverts that are removed or damaged by the Contractor shall be replaced in kind at the expense of the Contractor. 3.5.11 The Contractor shall replace, at his own expense, all existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents or ordered by the Engineer. 3.6 INTERFERING STRUCTURES: 3.6.1 Take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Drawings. The completeness and accuracy of information shown cannot be guaranteed, and it is presented simply as a guide to avoid known possible difficulties. 3.6.2 Protect underground and aboveground existing structures from damage, whether or not they lie within the limits of the easements obtained by the Owner. Where such existing fences, gates, barns, sheds, buildings, or any other structure must be removed in order to properly carry out the construction, or are damaged during construction, restore to their original condition to the satisfaction of the property owner involved at the Contractor's own expense. Notify the Engineer of any damaged underground structure, and make repairs or replacements before backfilling. NOV 1988 522074.B1 7 GENERAL REQUIREMENTS 01001 0 RENTON PIPELINES S22074B SEA 3.6.3 Without additional compensation, the Contractor may remove and replace in a condition as good as or better than original, such small miscellaneous structures as fences, mailboxes, and signposts that interfere with the Contractor's operations. 3.7 FIELD RELOCATION: During the progress of construction, it is expected that minor relocations of the work will be necessary. Such relocations shall be made only by direction of the Engineer. If existing structures are encountered which prevent the construction, and which are not properly shown on the Drawings, notify the Engineer before continuing with the construction in order that the Engineer may make such field revisions as necessary to avoid conflict with the existing structures. If the Contractor shall fail to so notify the Engineer when an existing structure is encountered, and shall proceed with the construction despite this interference, he shall do so at his own risk. 3.8 EASEMENTS: 3.8.1 Where portions of the work are located on public or private property, easements and permits will be obtained by the Owner. Easements will provide for the use of property for construction purposes to the extent indicated on the easements. Copies of these easements and permits are available upon request to the Owner. It shall be the Contractor's responsibility to determine the adequacy of the easement obtained in every case and to abide by all requirements and provisions of the easement. The Contractor shall confine his construction operations to within the easement limits or street right-of-way limits or make special arrangements with the property owners or appropriate public agency for the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the Owner, shall be the responsibility of the Contractor as specified herein. The Contractor shall remove, protect, and replace all fences or other items encountered on public or private property. Before final payment will be authorized by the Engineer, the Contractor will be required to furnish the Owner with written releases from property owners or public agencies where side agreements or special easements have been made by the Contractor or where the Contractor's operations, for any reason, have not been kept within the construction right-of-way obtained by the Owner. 3.8.2 It is anticipated that the required easements and permits will be obtained before construction is started. However, should the procurement of any easement or permit be delayed, the Contractor shall schedule and perform the work around these areas until such a time as the easement or permit has been secured. 3.9 LAND MONUMENTS: The Contractor shall notify the Engineer of any existing federal, state, county, city, and private land monuments encountered. Monuments shall be preserved, or replaced by a licensed surveyor at the Contractor's expense. When Government S22074.B1 NOV 1988 GENERAL REQUIREMENTS 8 01001 RENTON PIPELINES S22074B SEA monuments are encountered, the Contractor shall notify the Engineer at least 2 weeks in advance of the proposed construction in order that the Engineer will have ample opportunity to notify the proper authority and reference these monuments for later replacement. 4. TEMPORARY CONSTRUCTION UTILITIES AND 'FACILITIES 4.1 TEMPORARY WATER: 4.1.1 Water is available from hydrants for some portions of the work. Secure permission from the appropriate Water Department and notify the Engineer and Fire Department before obtaining water from fire hydrants. The Contractor shall make his own arrangements and pay all costs for connecting and transporting the water from the hydrants to the construction work. 4.1.2 There will be no charge for construction water from the City of Renton hydrants unless, in the Owner's opinion, the water is being wasted. Obtain a hydrant meter from the Owner (deposit required) and use hydrant meter at all times. A backflow preventer approved by the Owner will also be required when hydrostatic testing or sterilizing. The Contractor shall make all arrangements with and pay all costs for water supplied by other water purveyors. 4.1.3 Use only special hydrant -operating wrenches to open hydrants. Make certain that the hydrant valve is open "full" since "cracking" the valve causes damage to the hydrant. If any hydrants are damaged, the Contractor will be held responsible and shall notify the appropriate agency so that all damage can be repaired as quickly as possible. Fire hydrants shall be completely accessible to the Fire Department at all times. Upon completion of the work, the Contractor shall remove all temporary piping and facilities. 4.2 WATER FOR TESTING: The Owner will provide the necessary water required for the first hydrostatic test and sterilization of the pipeline prior to acceptance of the work. The Contractor shall make all arrangements with and pay all costs for connecting and transporting the water from the hydrants to the construction work. Should more than one hydrostatic test and/or sterilization prove necessary for final acceptance, the Contractor will pay for additional water used at the price established by the Owner. 4.3 TEMPORARY ELECTRIC POWER: Electric power is available at or near the work area. The Contractor shall determine the type and amount available and make arrangements for obtaining a separate electric power service and pay all costs for the electric power used during the Contract period. 4.4 SAFETY REQUIREMENTS FOR TEMPORARY ELECTRIC POWER: Temporary electric power installation shall meet the construction safety requirements of OSHA, state, and other governing agencies. S22074.B1 NOV 1988 01001 9 GENERAL REQUIREMENTS RENTON PIPELINES S22074B SEA 4.5 SANITARY FACILITIES: The Contractor shall provide a chemical toilet of suitable type and maintain the facility in a sanitary condition at all times. The chemical toilet shall be of watertight construction so that no contamination of the area can result from its use. The facility shall conform to code requirements and be acceptable to the sanitary authorities. Upon completion of the work, the sanitary facility shall be removed and the area restored to its original condition. 4.6 STORAGE OF MATERIALS: 4.6.1 Materials shall be so stored as to ensure the preservation of their quality and fitness for the work. When considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces, and not on the ground. Stored materials shall be located so as to facilitate prompt inspection. Private property shall not be used for storage purposes without the written permission of the owner or lessee. 4.6.2 Delicate instruments and materials subject to vandalism shall be placed under locked cover and, if necessary, provided with temperature control as recommended by the manufacturer. 4.6.3 Private property shall not be used for storage purposes without the written permission of the owner or lessee. 5. SAFETY AND CONVENIENCE 5.1 GENERAL: Construction safety, safety equipment, and accident reports are covered in the General Conditions. 5.2 SAFE ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT OFFICIALS: Authorized representatives of governmental agencies shall at all times have safe access to the work, and the Contractor shall provide proper facilities for such access and inspection. 5.3 TRAFFIC MAINTENANCE AND SAFETY: 5.3.1 Comply with all rules and regulations of the state, county, and city authorities regarding closing or restricting the use of public streets or highways. No public or private road shall be closed, except by express permission of the Owner. Conduct the work so as to assure the least possible obstruction to traffic and normal commercial pursuits. Protect all obstructions within traveled roadways by installing approved signs, barricades, and lights where necessary for the safety of the public. The convenience of the general public and residents along the pipeline and adjacent to the project, and the protection of persons and property are of prime importance and shall be provided for in an adequate and satisfactory manner. S22074.B1 NOV 1988 GENERAL REQUIREMENTS 10 01001 RENTON PIPELINES S22074B SEA 5.3.2 The hours of work and the pipeline parallel to 3:30 p.m. on weekdays. for the pipeline crossing in 98th Avenue SE to Carr Road shall be limited to 8:30 a.m. 5.3.3 The hours of work in Carr Road pipeline crossing shall be limited to weekends. 5.3.4 All street closures, partial or full, shall be approved by the Engineer 24 hours in advance. The Renton Police Department, Fire Department, and 911 shall be notified 24 hours in advance. 5.3.5 Where traffic will pass over trenches after they are backfilled and before they are paved, the top of the trench shall be maintained in a condition that will allow normal vehicular traffic to pass over. Temporary access driveways must be provided where required. Cleanup operations shall follow immediately behind backfilling and the worksite shall be kept in an orderly condition at all times. 5.3.6 When flaggers and guards are required by regulation or when deemed necessary for safety, they shall be furnished with approved orange wearing apparel and other regulation traffic -control devices. All flaggers shall have a Washington State Department of Labor and Industries certification card. 5.4 TRAFFIC CONTROL: 5.4.1 Traffic control on all County and City rights -of -way shall meet the requirements of the current edition (including all amendments) of the Manual on Uniform Traffic Control Devices for Streets and Highways published by the U.S. Department of Transportation Federal Highway and Administration as adopted by the State of Washington and all State of Washington Supplements. 5.4.2 The Contractor shall do no work on the pipeline until a Traffic Control Plan has been approved by the City of Renton Traffic Engineer. 5.5 PROTECTION OF PROPERTY: Protect stored materials, cultivated trees and crops, and other items located adjacent to the proposed work. Notify property owners affected by the construction at least 48 hours in advance of the time construction begins. During construction operations, construct and maintain such facilities as may be required to provide access by all property owners to their property. No person shall be cut off from access to his residence or place of business for a period exceeding 8 hours, unless the Contractor has made special arrangements with the affected persons. 5.6 FIRE PREVENTION AND PROTECTION: 5.6.1 The Contractor shall perform all work in a fire -safe manner. He shall supply and maintain on the site adequate fire -fighting 522074.B1 NOV 1988 01001 11 GENERAL REQUIREMENTS RENTON PIPELINES S22074B SEA equipment capable of extinguishing incipient fires. The Contractor shall comply with applicable federal, state, and local fire -prevention regulations. Where these regulations do not apply, applicable parts of the National Fire Prevention Standard for Safeguarding Building Construction Operations (NFPA No. 241) shall be followed. 5.6.2 Work on national forest lands shall be subject to the regulations and rules relating to fire prevention imposed by the U.S. Forest Service and local fire districts having jurisdiction at the site. 5.7 ACCESS FOR POLICE, FIRE, AND POSTAL SERVICE: 5.7.1 Notify the fire department and police department before closing any street or portion thereof. No closing shall be made without the Owner's approval. Notify said departments when the streets are again passable for emergency vehicles. Do not block off emergency vehicle access to consecutive arterial crossings or dead-end streets, in excess of 300 linear feet, without special written permission from the fire department. Conduct operations with the least interference to fire equipment access, and at no time prevent such access. 5.7.2 The Contractor shall leave a night emergency telephone number or numbers with the police department, so that contact may be made easily at all times in case of barricade and flare trouble or other emergencies. 5.7.3 Maintain postal service facilities in accordance with the requirements of the U.S. Postal Service. Move mailboxes to temporary locations designated by the U.S. Postal Service, and at the completion of the work in each area, replace them in their original location and in a condition satisfactory to the U.S. Postal Service. 6. PRESERVATION, RESTORATION, AND CLEANUP 6.1 SITE RESTORATION AND CLEANUP: 6.1.1 At all times during the work, keep the premises clean and orderly, and upon completion of the work, repair all damage caused by equipment and leave the project free of rubbish or excess materials of any kind. 6.1.2 Stockpile excavated materials in a manner that will cause the least damage to adjacent lawns, grassed areas, gardens, shrubbery, or fences, regardless of whether these are on private property, or on state, county, or city rights -of -way. Remove all excavated materials from grassed and planted areas and leave these surfaces in a condition equivalent to their original condition, as specified in Section SURFACE RESTORATION. S22074.B1 NOV 1988 GENERAL REQUIREMENTS 12 01001 RENTON PIPELINES S22074B SEA 6.1.3 All existing drainage ditches and culverts shall be reopened and graded and natural drainage restored. Restore culverts broken or damaged to their original condition and location. 6.1.4 Upon completion of pipe laying and backfilling operations, hand -rake and drag all former grassed and planted areas, leaving all disturbed areas free from rocks, gravel, clay, or any other foreign material and ready, in all respects, for seeding. The finished surface shall conform to the original surface, and shall be free -draining and free from holes, ruts, rough spots, or other surface features detrimental to a seeded area. 6.2 TREE REMOVAL AND REPLACEMENT: The balling and burlapping of trees to be preserved shall conform to the recommended specifications set forth in the American Standards for Nursery Stock. All balls shall be firm and intact and "made" balls will not be accepted. All balled and burlapped trees shall at all times be handled by the ball and not by the top. When approved by the Engineer, trees may be temporarily planted in a suitable storage area for preservation. • 6.3 TREE REMOVAL: No trees shall be removed without the express approval of the Engineer. Removed trees shall be disposed of off the worksite by the Contractor at his own expense. 6.4 FINISHING OF SITE, BORROW, AND STORAGE AREAS: Upon completion of the project, all areas used by the Contractor shall be properly cleared of all temporary structures, rubbish, and waste materials and properly graded to drain and blend in with the abutting property. Areas used for the deposit of waste materials shall be finished to properly drain and blend with the surrounding terrain. 6.5 REMOVAL OF ROCK FROM FINISHED SURFACES: Remove and dispose of all loose rock and boulders larger than 2-inch diameter occurring on the finished surfaces as a result of the construction operations. 6.6 STREET CLEANUP DURING CONSTRUCTION: Thoroughly clean all spilled dirt, gravel, or other foreign material caused by the construction operations from all streets and roads at the conclusion of each day's operation. 6.7 DUST PREVENTION: Give all unpaved streets, roads, detours, or haul roads used in the construction area an approved dust -preventive treatment or periodically water to prevent dust. Applicable environmental regulations for dust prevention shall be strictly enforced. 6.8 PRESERVATION OF CULVERTS AND DRAINAGE DITCHES: After backfilling of the trenches, restore all culverts and storm drain ditches destroyed, damaged, or otherwise modified during construction to a condition equivalent, in the opinion of the Engineer, to the condition of tr.e ditch before construction. Ditches so reconstructed shall be built in their original locations. S22074.B1 NOV 1988 01001 13 GENERAL REQUIREMENTS RENTON PIPELINES S22074B SEA 7. MOVE IN AND SITE PREPARATION 7.1 GENERAL: This item shall include the arrangements or items of work that the Contractor must make or perform prior to actual onsite construction and shall include bonding and insurance provisions. 8. SUBMITTALS DURING CONSTRUCTION 8.1 GENERAL: 8.1.1 Requirements in this section are in addition to any specific requirements for submittals specified in other sections of these Contract Documents. 8.1.2 Submittals shall be made in sextuplet (6) and shall be addressed to: CH2M HILL Attn: South Talbot Hill Pipelines Project Manager 777 108th Avenue NE P.O. Box 91500 Bellevue, WA 98009-2050 8.1.3 Submitted data shall be fully sufficient in detail for determination of compliance with the Contract Documents. 8.1.4 Review, acceptance, or approval of substitutions, schedules, shop drawings, lists of materials, and procedures submitted or requested by the Contractor shall not add to the Contract amount, and all additional costs which may result therefrom shall be solely the obligation of the Contractor. 8.1.5 The Owner is not precluded, by virtue of review, acceptance, or approval, from obtaining a credit for construction savings resulting from allowed concessions in the work or materials therefor. 8.1.6 It shall not be the responsibility of the Owner to provide engineering or other services to protect the Contractor from additional costs accruing from such approvals. 8.1.7 No equipment or material for which listings, drawings, or descriptive material is required shall be installed until the Engineer has on hand copies of such approved lists and the appropriately stamped final shop drawings. 8.1.8 The review of drawings by the Engineer will be limited to general design requirements only, and shall in no way relieve the Contractor from responsibility for errors or omissions contained therein. S22074.B1 NOV 1988 GENERAL REQUIREMENTS 14 01001 10 RENTON PIPELINES S22074B SEA 8.2 SUBMITTAL PROCEDURES: 8.2.1 Sequentially number :he transmittal forms. Resubmittals shall have original number with an alphabetic suffix. 8.2.2 Identify project, Contractor, Specification section number, pertinent drawing sheet and detail number(s), products, units and assemblies, and as appropriate. 8.2.3 Apply Contractor's stamp, signed or initialed certifying that review, verification of products required, field dimensions, adjacent construction work, and coordination of information, is in accordance with the requirements of the Contract Documents. 8.2.4 Provide space for Engineer review stamps. 8.2.5 Revise and resubmit submittals as required, identify all changes made since previous submittal. 8.2.6 Submittals will be acted upon by the Engineer as promptly as possible, and transmitted to the Contractor not later than 20 working days after receipt by the Engineer. 8.2.7 Delays caused by the need for resubmittal shall not constitute basis for an extension of Contract time. 8.3 SCHEDULES: Submit estimated progress schedule and preliminary schedule of submittals in duplicate to Engineer as specified in the General Conditions and Supplementary Conditions. 8.4 SHOP DRAWINGS: 8.4.1 Contractor shall submit to Engineer for review and approval in accordance with the accepted schedule of submittals, six copies of shop drawings. Shop drawings, as defined herein, consist of all drawings, diagrams, illustrations, schedules, and other data which are specifically prepared by Contractor to illustrate some portion of the work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams, and other information prepared by a supplier and submitted by Contractor to illustrate material or equipment for some portion of the work. 8.4.2 Submittal of incomplete or unchecked shop drawings will not be acceptable. Shop drawing submittals which do not clearly show the Contractor's review stamp or specific written indication of Contractor review will be returned to the Contractor for resubmission in conformance with the Contract Documents. 8.4.3 Submittal of shop drawings not required under these Contract Documents and not shown on the schedule of submittals will be returned to the Contractor unreviewed and unstamped by the Engineer. S22074.B1 NOV 1988 01001 15 GENERAL REQUIREMENTS RENTON PIPELINES S22074B SEA 8.4.4 When the shop drawings have been reviewed by the Engineer, two sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the shop drawing may be rejected and one set will be returned to the Contractor with such changes or corrections indicated, and the Contractor shall correct and resubmit the shop drawings in the same manner and quantity as specified for the original submittal, unless otherwise directed by the Engineer. If changes are made by the Contractor (in addition to those requested by the Engineer) on the resubmitted shop drawings, such changes shall be clearly identified on the shop drawings and explained in a transmittal letter accompanying the resubmitted shop drawings. 8.4.5 The Contractor agrees that shop drawing submittals processed by the Engineer do not become Contract Documents and are not Change Orders; that the purpose of the shop drawing review is to establish a reporting procedure and is intended for the Contractor's convenience in organizing his work and to permit the Engineer to monitor the Contractor's progress and understanding of the design. 8.5 SHOP DRAWING REQUIREMENTS: 8.5.1 Shop drawings referred to herein shall include shop drawings and other submittals for both shop and field -fabricated items. The Contractor shall submit, as applicable, the following for all prefabricated or manufactured structural, mechanical, electrical, plumbing, process systems, and equipment: A. Shop drawings or equipment drawings, including dimensions, size and location of connections to other work, and weight of equipment B. Catalog information and cuts C. Complete manufacturer's specifications, including materials description and paint system D. Special handling instructions E. Requirements for storage and protection prior to installation F. Requirements for routine maintenance required prior to use G. List of all requested exceptions to the Contract Documents 8.5.2 The submittals shall include satisfactory identification of items, units, and assemblies in relation to the Specification section number. 8.5.3 Should the Contractor propose any item on his shop drawings, or incorporate an item into the work, and that item should S22074.B1 NOV 1988 GENERAL REQUIREMENTS 16 01001 RENTON PIPELINES S22074B SEA subsequently prove to be defective or otherwise unsatisfactory, (regardless of the Engineer's preliminary review), the Contractor shall, at his own expense, replace the item with another item that will perform satisfactorily. 8.6 RECORD DRAWINGS: The Engineer will prepare a set of Record Drawings for the project which will include the changes made in materials, equipment, locations, and dimensions of the work. Each month, or as otherwise agreed, the Contractor shall submit to the Engineer a current listing and description of each change incorporated into the work since the preceding submittal. 9. PAYMENT 9.1 GENERAL: 9.1.1 Payment will be made at the lump sum bid stated in the Proposal for move in and temporary facilities to start the work. 9.1.2 Payment for all other work in this section shall be considered incidental to the project cost, and the expense shall be included in the lump sum or unit price bid amounts stated in the Proposal, as applicable. NOV 1988 522074.B1 O1001 17 GENERAL REQUIREMENTS RENTON PIPELINES S22074B SEA 02221 TRENCH EXCAVATION AND BACKFILL 1. SCOPE 1.1 WORK INCLUDED: This section covers the work necessary for the trench excavation and backfill, complete. Included in backfill are furnishing, placing, and maintaining temporary surfacing prior to final surface restoration. The trench excavation and backfill zones are shown on the Drawings. 1.2 GENERAL: See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.3 SUBMITTALS DURING CONSTRUCTION: Submittals during construction shall be made in accordance with Division 1, GENERAL REQUIREMENTS. 1.4 EXCAVATION AND BACKFILL FOR STRUCTURES AND CONNECTIONS: Excavation and backfill for structures and connections will be included for payment under the applicable section. 1.5 TRENCH EXCAVATION: Excavation is unclassified. Complete all excavation regardless of the type of materials encountered. The Contractor shall make his own estimate of the kind and extent of the various materials which will be encountered in the excavation. 2. MATERIALS 2.1 FOUNDATION STABILIZATION: Foundation stabilization shall be 2-1/2-inch minus granular material Class A or B conforming to Section 9-30.7(2)A, Foundation Material Class A and Class B, of the Standard Specifications. 2.2 IMPORTED GRANULAR MATERIAL FOR DUCTILE IRON AND PVC PIPE BASE AND PIPE ZONE: Three -fourths -inch minus granular material conforming to the requirements of Section 9-30.7(1)B, Bedding Material for Flexible Pipe, of the Standard Specifications. 2.3 SELECTED NATIVE TRENCH EXCAVATED MATERIAL FOR PIPE BASE AND PIPE ZONE: Selected native materials from the trench excavation containing no particles larger than 1 inch, free from wood waste, roots, organic material, debris, and other objectionable materials. 2.4 IMPORTED TRENCH ZONE BACKFILL: Two -and -one -half -inch minus granular material conforming to the requirements of Section 9-30.7(3), Bank Run Gravel for Trench Backfill, of the Standard Specifications. S22074.B1 NOV 1988 02221 1 TRENCH EXCAVATION AND BACKFILL RENTON PIPELINES S22074B SEA 2.5 SELECTED NATIVE TRENCH ZONE BACKFILL: Selected native materials from the trench excavation containing no particles larger than 6 inches, free from wood waste, roots, organic material, debris, and other objectionable materials. 2.6 MAINTENANCE GRAVEL: Five -eighths -inch minus granular material conforming to the requirements of Section 9-03.9(4), Maintenance Rock, of the Standard Specifications. 2.7 WATER FOR TRENCH BACKFILL: 2.7.1 The Contractor shall make all arrangements for a source of water and bear all costs for the delivery of the water to the trench side. 2.7.2 See paragraph TEMPORARY WATER in Section GENERAL REQUIREMENTS. 2.8 COMPACTION EQUIPMENT: Compaction equipment shall be of suitable type and adequate to obtain the amount of compaction specified. Compaction equipment shall be operated in strict accordance with the manufacturer's instructions and recommendations and shall be maintained in such condition that it will deliver the manufacturer's rated compactive effort. 3. WORKMANSHIP 3.1 PREPARATION OF RIGHT-OF-WAY: 3.1.1 Where clearing or partial clearing of the right-of-way is necessary, complete prior to the start of trenching. Clearing work shall include the removal and disposal of all extraneous material, obstructions, and debris within the right-of-way that might in any way interfere with the construction of this project or constitute a hazard, in the opinion of the Engineer. Cut trees and brush as near to the surface of the ground as practicable, remove all stumps, and pile for disposal. Do not permit excavated materials to cover brush or trees prior to disposal. 3.1.2 Do not remove existing trees or tree limbs over 2 inches in diameter, whether on public or private property, unless they are within 4 feet of the pipe centerline, without permission from the Engineer. 3.1.3 Only trees and shrubs designated by the Engineer shall be removed. Protect all other trees and shrubs. 3.2 DISPOSAL OF CLEARED MATERIAL: The Contractor shall bear all costs of disposing of trees, stumps, brush, roots, limbs, and other waste materials from the clearing operation. Material shall be disposed of off the construction site in an approved location at the Contractor's expense. S22074.B1 NOV 1988 TRENCH EXCAVATION AND BACKFILL 2 02221 RENTON PIPELINES S22074B SEA 3.3 OBSTRUCTIONS: 3.3.1 This item refers to obstructions which may be removed and do not require replacement. Remove obstructions within the trench area or adjacent thereto such as tree roots, stumps, abandoned piling, buildings and concrete structures, logs, and debris of all types without additional compensation. The Engineer may, if requested, make changes in the trench alignment to avoid major obstructions, if such alignment changes can be made within the easement or right-of-way without adversely affecting the intended function of the facility. The Contractor shall pay all additional costs or credit the Owner for any savings resulting from such alignment changes. 3.3.2 Dispose of obstructions removed from the excavation in accordance with paragraph DISPOSAL OF CLEARED MATERIAL. 3.4 PAVEMENT, CURB, AND SIDEWALK REMOVAL: Cut all bituminous and concrete pavements, regardless of the thickness, and all curbs and sidewalks, prior to excavation of the trenches with an approved pavement saw or pavement cutter. Pavement and concrete materials removed shall be hauled from the site and not used for trench backfill. 3.5 TRENCH WIDTH: 3.5.1 Minimum width of unsheeted trenches in which pipe is to be laid shall be as shown. Sheeting requirements shall be independent of trench widths. 3.5.2 Confine trench widths to dedicated rights -of -way or construction easements, unless special written agreements have been made with the affected property owner. Submit copies of such agreements to Engineer. 3.6 GRADE: Excavate the trench to the lines and grades shown or as established by the Engineer with proper allowance for pipe thickness and for pipe base. If the trench is excavated below the required grade, correct any part of the trench excavated below the grade at no additional cost to the Owner, with gravel of the type specified hereinbefore for pipe base. Place the gravel over the full width of trench in compacted layers not exceeding 6 inches deep to the established grade with allowance for the pipe base. 3.7 SHORING, SHEETING, AND BRACING OF TRENCHES: 3.7.1 Provide adequate safety systems for trench excavation in accordance with Washington Public Works Act Chapter 39.04 RCW. 3.7.2 Sheet and brace the trench when necessary to prevent caving during excavation in unstable material, or to protect adjacent structures, property, workers, and the public. Increase trench 522074.B1 NOV 1988 02221 3 TRENCH EXCAVATION AND BACKFILL RENTON PIPELINES S22074B SEA widths accordingly by the thickness of the sheeting. Maintain sheeting in place until the pipe has been placed and backfilled at the pipe zone. Shoring and sheeting shall be removed, as the backfilling is done, in a manner that will not damage the pipe or permit voids in the backfill. All sheeting, shoring, and bracing of trenches shall conform to the safety systems for trench excavation in accordance with requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW, and other federal, state, or local public agency having jurisdiction. 3.8 LOCATION OF EXCAVATED MATERIALS: During trench excavation, place the excavated material only within the construction easement, right-of-way, or approved working area. Do not obstruct any private- or public -traveled roadways or streets. Conform to all federal, state, and local codes governing the safe loading of all trenches with excavated material. 3.9 REMOVAL OF WATER: 3.9.1 At all times provide and maintain ample means and devices to promptly remove and dispose of all water entering the trench excavation during the time the trench is being prepared for the pipe laying, during the laying of the pipe, and until the backfill at the pipe zone has been completed. These provisions shall apply during the noon hour as well as overnight. 3.9.2 Dispose of the water in a manner to prevent damage to adjacent property. Drainage of trench water through the pipeline under construction is prohibited. 3.10 FOUNDATION STABILIZATION: When, in the opinion of the Engineer, the existing material in the bottom of the trench is unsuitable for supporting the pipe, excavate below the flow line of the pipe, as directed by the Engineer. Backfill the trench to subgrade of pipe base with foundation stabilization material specified hereinbefore. Place the foundation stabilization material over the full width of the trench and compact in layers to the required grade. 3.11 TRENCH BACKFILL: 3.11.1 Selected Native Trench Excavated Material: If, in the Engineer's opinion, the trench excavation has material suitable for backfill, the entire trench, including pipe base, pipe zone, and trench zone, shall be backfilled with the selected native trench excavated material specified hereinbefore, and shall be backfilled as specified hereinafter. 3.11.1.1 Pipe Base: Grade the bottom of the trench by hand with a uniform bedding of selected native trench excavated material to a minimum of 2 inches in thickness not to exceed a maximum of 4 inches in thickness, placed and leveled to grade in advance of the pipe S22074.31 NOV 1988 TRENCH EXCAVATION AND BACKFILL 4 02221 RENTON PIPELINES S22074B SEA laying. If the trench is overexcavated, rebuild the overexcavated section of the trench with compacted imported granular pipe base material at no additional cost to the Owner. 3.11.1.2 Pipe Zone: After the pipe is in place and ready for backfilling, place selected native trench excavated material at approximately the same rate on each side of the pipe such that the elevation of the backfill on each side of the pipe is approximately equal at all times. Compact the backfill by tamping in 6-inch lifts to 6 inches above the top of the pipe. Each layer shall be compacted to 95 percent of its maximum density as determined by ASTM D 1557. Densities shall be determined by the sand cone method, ASTM D 1556, or by nuclear methods, ASTM D 2992. Particular attention shall be given to the backfilling and tamping procedures to assure that no unfilled or uncompacted areas occur beneath the pipe. 3.11.1.3 Trench Zone: Backfill the trench above the pipe zone with selected native trench excavated material. Place in 6-inch layers and compact each layer by means of mechanical tampers or vibratory compactors. Each layer, to the top of the trench backfill zone, shall be compacted to a density equal to the following percentage of the maximum density as determined by ASTM D 1557: roads, road shoulders, sidewalks, and beneath all other utilities and structures, 95 percent; unimproved areas, 90 percent. Densities shall be determined by the sand cone method, ASTM D 1556, or by nuclear methods, ASTM D 2992. Any type of equipment that can produce the specified compaction may be used after approval by the Engineer. Backfill to the required surface grade and compact so that no settlement will occur. 3.11.2 Imported Trench Backfill: If, in the Engineer's opinion, the trench excavation material is unsuitable for backfill, the entire trench, including pipe base, pipe zone, and trench zone, shall be backfilled with imported material as specified hereinbefore, and shall be backfilled as specified hereinafter. 3.11.2.1 Pipe Base: Pipe base shall be placed in the same manner specified for selected trench excavated material, except that the depth shall be minimum 4 inches. 3.11.2.2 Pipe Zone: Pipe zone shall be placed and compacted in the same manner specified for selected trench excavated material. 3.11.2.3 Trench Zone: Trench zone shall be placed and compacted in the same manner specified for selected trench excavated material. 3.12 MAINTENANCE OF TRENCH BACKFILL: 3.12.1 Maintain the backfilled trench surface level with the existing grade until surface restoration is completed and the entire project is accepted by the Engineer. S22074.31 NOV 1988 02221 5 TRENCH EXCAVATION AND BACKFILL RENTON PIPELINES S22074B SEA 3.12.2 This maintenance shall include, but not be limited to, the addition of material to keep the surface of backfilled trenches reasonably smooth, free from ruts and potholes, and suitable for normal traffic flow. 3.12.3 Any backfilled trench for which final surface restoration is to be gravel surfacing shall be maintained level with the existing grade with maintenance gravel. Any backfilled trench for which final surface restoration is to be asphalt concrete shall be maintained level with the existing grade with 2-inch thick maintenance gravel base course and a 2-inch thick cold asphalt plant mix pavement. Such temporary base and pavement shall be required any time the roadway is needed for vehicular traffic and permanent pavement cannot be placed. Contractor shall stockpile maintenance gravel and cold asphalt plant mix onsite. 3.12.4 No additional payment will be made for the maintenance of the trench backfill. 3.13 DISPOSAL OF EXCESS EXCAVATED MATERIAL: Dispose of all excess excavated materials. Make arrangements for the disposal and bear all costs or retain any profit incidental to such disposal. 3.14 SETTLEMENT: Any settlement noted in backfill, fill, or in structures built over the backfill or fill within the 1-year warranty period in accordance with the General Conditions will be considered to be caused by improper compaction methods and shall be corrected at no cost to the Owner. Structures damaged by settlement shall be restored to their original condition by the Contractor at no cost to the Owner. 4. PAYMENT 4.1 GENERAL: 4.1.1 Payment for the work specified in this section will be made at the unit prices stated in the Proposal and shall be included under the following items. Computation of quantities will be as indicated for each item and will be based upon measurements made by the Engineer. 4.1.2 Payment for trench excavation and backfill for items such as valve boxes, valve chambers, fire hydrant assemblies, and connections to existing water pipelines will be included under the appropriate section. 4.2 TRENCH EXCAVATION AND SELECTED NATIVE BACKFILL: 4.2.1 Payment for trench excavation and selected native backfill for each pipe size will be made at the respective unit prices per linear foot stated in the Proposal for the trench excavation and selected native backfill and all incidental work. S22074.B1 NOV 1988 TRENCH EXCAVATION AND BACKFILL 6 02221 RENTON PIPELINES S22074B SEA 4.2.2 Extra trench excavation and backfill for the 10-inch drain line and two 3-inch conduit pipes where they parallel the 20-inch water pipeline will be considered incidental to the construction and no separate payment will be made. The cost thereof shall be included in the unit price item for 20-inch pipeline, as applicable. 4.2.3 The length of trench for which payment will be made shall be the measured horizontal distance along the centerline of the pipe, valves, and fittings to the end of the pipe or fitting, in place, except that trench excavation and backfill for lump sum items will not be paid for under this section. 4.2.4 Payment for trench excavation and selected native backfill shall constitute full compensation for all work specified under this section. 4.2.5 The price bid per linear foot shall include all extra excavation required to provide space for pipe base where specified or ordered by the Engineer. The bid price shall also include any incidental excavation and backfill necessary to widen the trench such as installation of branch -line fittings, etc. 4.2.6 No extra payment will be made for temporary surface restoration necessary to keep the surface of the backfilled trenches reasonably smooth and suitable for normal traffic before final surface restoration. 4.2.7 The Engineer reserves the right to withhold payment when, in his opinion, backfilling behind the pipe laying is not satisfactory, when pipe testing is not satisfactory, and when cleanup and restoration of physical properties are not complete. 4.3 IMPORTED GRANULAR MATERIAL FOR THE PIPE BASE, PIPE ZONE, AND TRENCH ZONE: 4.3.1 Payment for imported granular material for the pipe base, pipe zone, and trench zone will be made at the unit price per ton stated in the Proposal. Since payment for placing and compacting the pipe base, pipe zone, and trench zone backfill is already included with the selected native backfill, payment for imported granular backfill for pipe base, pipe zone, and trench zone under this section shall be considered full payment for all materials, labor, equipment, and incidentals necessary to furnish and place the material at trench side, for any extra costs in handling or placing in the trench, and for disposing of surplus excavated material displaced by the imported material. 4.3.2 Imported granular material will be paid for only when authorized by the Engineer. ts actual Measurement measure1ll furnishedethepon Engineerlforltonspunderethisf actual truck S22074.B1 02221 NOV 1988 7 TRENCH EXCAVATION AND BACKFILL RENTON PIPELINES S22074B SEA section. Trip tickets shall be presented to the Engineer for his signature on the day the material is delivered. No payment will be allowed on trip tickets not so validated by the Engineer. 4.4 FOUNDATION STABILIZATION: Payment for this item will be based on the unit price per ton stated in the Proposal. Measurement will be based upon individual trip tickets of actual truck measure furnished the Engineer for tons used under this item. Trip tickets shall be presented to the Engineer for his signature on the day the material is delivered. No payment will be allowed on trip tickets not so validated by the Engineer. Payment for this item shall constitute full compensation for all materials, labor, equipment, and incidentals necessary to furnish materials at trench side and for placing and compacting it in the trench and for the extra depth of trench excavation required below the pipe base grade to provide for a stable base for the pipe. This item is to provide for unstable base encountered in the progress of the work and shall be used only under the direction of the Engineer. 4.5 SHORING, SHEETING, AND BRACING OF TRENCHES: Payment for shoring, sheeting, and bracing of trenches will be made at the lump sum bid amount stated in the Contractor's Proposal. Payment for shoring, sheeting, and bracing of trenches shall constitute full compensation for all work as specified herein and as shown on the Drawings. S22074.B1 NOV 1988 TRENCH EXCAVATION AND BACKFILL 8 02221 RENTON PIPELINES S22074B SEA 02616 SURFACE RESTORATION 1. SCOPE 1.1 WORK INCLUDED: This section covers the work necessary to replace all pavement, curbs, sidewalks, gravel surfacing, drainage facilities, and other street and landscaping features damaged either directly or indirectly by the operations incidental to the construction of the pipelines, complete. 1.2 GENERAL: 1.2.1 See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.2.2 The Contractor shall confine his trenching operations to within 4 feet of the centerline of the pipe. No payment will be made for any surface restoration the Contractor must make beyond 4 feet of the pipe centerline, except 6 feet south of the pipe centerline along Carr Road. The Contractor shall provide all surface restoration beyond this limit at his own expense. 1.2.3 The surface restoration schedule shall be as shown on the Drawings. 1.2.4 Pavement patching details shall be as shown on the City of Renton Water Standard Detail at the end of this section. 1.3 SUBMITTALS DURING CONSTRUCTION: Submittals during construction shall be made in accordance with Division 1, GENERAL REQUIREMENTS. 2. MATERIALS 2.1 GENERAL: Submit proof in the form of test results from a commercial testing laboratory or other evidence satisfactory to the Engineer to show that the granular materials meet the quality and gradation requirements specified herein. 2.2 ASPHALT CONCRETE PAVEMENT: 2.2.1 Base Course: One -and -one -fourth -inch minus granular material conforming to Section 9-03.9(3), Crushed Surfacing Base Course, of the Standard Specifications. 2.2.2 Top Course: Five -eighths -inch minus granular material conforming to Section 9-03.9(3), Crushed Surfacing Top Course, of the Standard Specifications. 2.2.3 Asphalt Concrete Pavement: Hot -plant mix, Class B material conforming to Section 5-04 of the Standard Specifications. NOV 1988 S22074.B1 SURFACE RESTORATION 02616 1 RENTON PIPELINES S22074B SEA 2.3 GRAVEL SURFACING: 2.3.1 Base Course: One -and -one -fourth -inch minus granular material conforming to Section 9-03.9(3), Crushed Surfacing Base Course, of the Standard Specifications. 2.3.2 Top Course: Five -eighths -inch minus granular material conforming to Section 9-03.9(3), Crushed Surfacing Top Course, of the Standard Specifications. 2.4 CONCRETE: Concrete for curbs, sidewalks, driveways, and miscellaneous construction shall conform to ASTM C 94, Alternate 3, and shall have a design mix proportioned for 3,000 pounds per square inch compressive strength at 28 days. Concrete mix shall contain no less than 5-1/2 sacks of cement per cubic yard. 2.4.1 Concrete Forms: All forms for curbs and sidewalks shall be either 2-inch dimensioned lumber, plywood, or metal forms. Forms on the face of the curb shall have no horizontal form joints within 7 inches of the top of the curb. 2.4.2 Curing Compound: Commercial grade conforming to ASTM C 309, Type I. 2.4.3 Reinforcing Steel: Conform to ASTM A 615, Grade 40. 2.5 PIPE FOR STORM SEWER AND CULVERT REPLACEMENT: Pipe 15 inches and under shall be Class 2, conforming to ASTM C 14. Pipe 18 inches and over shall conform to ASTM C 76, Class III. 2.6 IMPORTED TOPSOIL: Imported topsoil shall be suitable sandy loam which possesses friability and a high degree of fertility. It shall be free of clods, roots, gravel, and other inert material. It shall be free of quack grass, horsetail, and other noxious vegetation and seed. 2.7 HYDROSEEDING: Materials shall be in accordance with Section 8-01.2 of the Standard Specifications. Seed shall conform to the following: Washington State Certified Turf Grass Seed with 70 percent Merion Bluegrass and 30 percent Red Fescue. Percentage to be by quality and not weight of seed. 2.8 RIPRAP: Riprap shall be hard, durable bar or pit -run stone or shot rock, with a maximum size of 12 inches and minimum size 6 inches with a minimum density of 160 pounds per cubic foot. The riprap shall have a reasonable gradation to allow filling of the voids with rock fragments, and 75 percent of the riprap by weight shall be individual particles weighing from 40 to 110 pounds each. 2.9 BEAUTY BARK: Medium grind fir, pine, or Hemlock, commonly used for residential landscaping. S22074.B1 NOV 1988 SURFACE RESTORATION 2 02616 RENTON PIPELINES S22074B SEA 3. WORKMANSHIP 3.1 CONSTRUCTION PROCEDURE: 3.1.1 The Engineer reserves the right to vary the type of surface restoration as best serves the interest of the Owner. Trench backfill shall be as specified in Section TRENCH EXCAVATION AND BACKFILL. 3.1.2 Replace all pavement damaged between curbs with asphalt concrete, regardless of original type. 3.1.3 In addition to the requirements set forth herein, the work shall conform to the applicable workmanship requirements of the Standard Specifications. 3.2 REMOVAL OF PAVEMENT, SIDEWALK, CURBS, AND GUTTERS: Removal of all pavement, sidewalks, curbs, and gutters shall conform to Section TRENCH EXCAVATION AND BACKFILL and payment for removal shall be included in that section. 3.3 STREET MAINTENANCE: Maintain all trenches as specified under Section TRENCH EXCAVATION AND BACKFILL. 3.4 ASPHALT CONCRETE PAVEMENT REPLACEMENT: 3.4.1 Trench Backfill: 3.4.1.1 Bring the top of the trench to a smooth, even grade at the correct distance below the top of the existing pavement surface so as to provide adequate space for the base and top course and pavement. Sawcut all existing pavement to a minimum depth of 2 inches and to a straight line to remove any pavement which has been damaged or which is broken and unsound to provide a smooth, sound, straight edge for joining the new pavement. 3.4.1.2 Compact the top of the trench as specified in Section TRENCH EXCAVATION AND BACKFILL. 3.4.2 Base Course: 3.4.2.1 Place sufficient base course on top of the trench backfill to obtain a compacted thickness shown on the Drawings. Place for the full width of the trench and process as required to provide a smooth surface without segregation. 3.4.2.2 Compact the base course to 95 percent of the maximum density as determined by ASTM D 1557. Densities shall be determined by the sand cone method, ASTM D 1556, or by nuclear methods, ASTM D 2922. 3.4.3 Top Course: NOV 1988 S22074.B1 SURFACE RESTORATION 02616 3 RENTON PIPELINES S22074B SEA 3.4.3.1 Place sufficient top course material to obtain a compacted thickness shown on the Drawings, and for proper matching with the adjacent existing pavement. Place the top course for the full width of the trench. 3.4.3.2 Compact the course equal to the density required in the base course. 3.4.4 Asphalt Concrete: 3.4.4.1 Place the asphalt concrete to obtain a compacted thickness shown on the Drawings. Compacted thickness of each layer shall be as shown on the Drawings. Spread and level the asphalt concrete with hand tools or by use of -a mechanical spreader, depending upon the area to be paved. Bring the asphalt concrete to the proper grade and compact by rolling or the use of hand tampers where rolling is impossible or impractical. 3.4.4.2 Roll with power rollers capable of providing compression of 200 to 300 pounds per linear inch. Begin the rolling from the outside edge of the replacement progressing toward the existing surfacing, lapping the existing surface at least 1/2 the width of the roller. If existing surfacing bounds both edges of the replacement, begin rolling at the edges of the replacement, lapping the existing surface at least 1/2 the width of the roller, and progress toward the center of the replacement area. Overlap each preceding track by at least 1/2 the width of the roller and make sufficient passes over the entire area to remove all roller marks and to produce the desired result, as determined by the Engineer. 3.4.4.3 The finished surface of the new compacted paving shall be flush with the existing surface and shall conform to the grade and crown of the adjacent pavement. 3.4.4.4 Immediately after the new paving is compacted, all joints between new and original asphalt pavement shall be painted with hot asphalt, CSTE-1 Tack Coat, and be covered with dry paving sand before the asphalt solidifies. 3.4.5 Surface Smoothness: The surface smoothness of the replaced pavement shall be such that when a straightedge is laid across the patched area between the edges of the old surfacing and the surface of the new pavement, the new pavement shall not deviate from the straightedge more than 1/4 inch. 3.5 GRAVEL SURFACE REPLACEMENT: Trench Backfill, Base Course, and Top Course shall be as specified herein under paragraph ASPHALT CONCRETE PAVEMENT REPLACEMENT. 3.6 WEATHER CONDITIONS: Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust storms, or any imminent storms that might adversely affect the S22074.B1 NOV 1988 SURFACE RESTORATION 4 02616 RENTON PIPELINES S22074B SEA construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed (1) when the atmospheric temperature is lower than 40 degrees F, (2) during heavy rainfall, or (3) when the surface upon which it is to be placed is frozen or wet. 3.7 PROTECTION OF STRUCTURES: 3.7.1 Provide whatever protective coverings may be necessary to protect the exposed portions of bridges, culverts, curbs, gutters, posts, guard fences, road signs, and any other structures from splashing oil and asphalt from the paving operations. Remove any oil, asphalt, dirt, or any other undesirable matter that may come upon these structures by reason of the paving operations. 3.7.2 Where water valve boxes, manholes, catch basins, or other underground utility appurtenances are within the area to be surfaced, the resurfacing shall be level with the top of the existing finished elevation of these facilities. If it is evident that these facilities are not in accordance with the proposed finished surface, notify the Engineer to have the proper authority contacted in order to have the facility altered before proceeding with the resurfacing around the obstruction. Consider any delays experienced from such obstructions as incidental to the paving operation. No additional payment will be made. Protect all covers during asphalt application. 3.8 CONCRETE SIDEWALK, DRIVEWAY, AND CURB REPLACEMENT: 3.8.1 Replace concrete sidewalks, driveways, and curbs to the same section width, line, and grade as that removed or damaged. Depths for sidewalks and driveways are shown on the Drawings. Prior to replacing the sections, properly backfill and compact the trench to prevent subsequent settlement. 3.8.2 All sidewalks, driveways, and curbs shall be sawcut to a minimum depth of 2 inches or removed to an existing expansion joint. 3.8.3 Construction forms and concrete thickness for curbs shall match existing. Place concrete and finish exposed surfaces similar to adjacent curbs. 3.8.4 Replace concrete sidewalks, driveways, and curbs in a manner that will avoid a patched appearance by adding black -lamp to the concrete mix. Provide a minimum 2-inch thick compacted top course of clean 5/8-inch minus granular material of quality hereinbefore specified. Finish concrete surface similar to the existing adjacent concrete. Score joints and finish edges with a steel edging tool. 3.9 PLACING TOPSOIL: After rough grading is completed and reviewed by the Engineer, spread topsoil hereinbefore specified, over entire prepared rough graded area by hand to a minimum compacted depth of S22074.B1 NOV 1988 02616 5 SURFACE RESTORATION RENTON PIPELINES S22074B SEA 6 inches. Loosen the finished surface to a depth of 2 inches and leave in smooth condition, free from depressions or humps. 3.10 HYDROSEEDING: 3.10.1 Locations along the pipeline to be hydroseeded are defined on the Drawings. Hydroseeding shall be to the limits of the area disturbed by construction activity. 3.10.2 Workmanship for hydroseeding shall be in accordance with Section 8-01.3 of the Standard Specifications, except as modified hereinafter. 3.10.2.1 8-01.3(1)A Cultivation - Delete. 3.10.2.2 8-01.3(1)B Compaction - Delete. 3.10.2.3 8-01.3(1)C Preparation - Amend particle size from 3 inches to 1 inch. 3.10.2.4 8-01.3(2) Topsoil - Amend particle size from 1 inch to 1/2 inch and add the following: The areas to be seeded shall be graded and smoothed to match the adjacent undisturbed areas with no breaks or ridges. All stones over 1/2 inch in diameter and all roots, clods, weeds, or other extraneous material shall be removed prior to application of seed. 3.10.2.5 8-01.3(2)A and 8-01.3(2)B - Delete. 3.10.2.6 8-01.3(4)A Seeding - Insert the following: Grass seed shall be applied at a rate of 100 pounds per acre on all areas designated by the Engineer. 3.10.2.7 8-01.3(4)B Fertilizer - Insert the following: The Contractor shall apply a complete plant food containing 15 percent nitrogen, 5 percent available phosphoric acid, and 10 percent potash conforming to state and federal laws. 3.10.2.8 8-01.3(4)C Liming - Delete. 3.10.2.9 8-01.3(5) Mulching - Insert the Following: Wood cellulose fibre mulch shall be applied at a rate of 2,000 pounds per acre. 3.10.2.10 8-01.3(6)A and 8-01.3(6)B - Delete. 3.10.2.11 8-01.3(7) Dates of Application of Seed, Fertilizer, and Mulc". - No change. 3.10.2.12 8-01.3(8) Placing Jute or Excelsior Matting or Clear Plastic Covering - Delete clear plastic covering. S22074.B1 NOV 1988 SURFACE RESTORATION 6 02616 E RENTON PIPELINES S22074B SEA 3.10.2.13 8-01.3(9) and 8-01.3(10) - No changes. 3.10.2.14 8-01.3(11) Mowing - Delete. 3.11 PLACING RIPRAP: Hand place riprap to the depth and width shown on the Drawings. 3.12 BEAUTY BARK: Spread to compacted depth of 3 inches. 3.13 MISCELLANEOUS SURFACE REMOVAL AND RESTORATION: 3.13.1 Miscellaneous surface removal and restoration shall be required all along the pipeline and conduit where existing landscaping is damaged as a result of the Contractor's construction activities. The Contractor shall restore all existing landscaping equal to the existing, to the satisfaction of the property owner. 3.13.2 Private property such as plants, shrubs, trees, fences, and rockeries within the public right-of-way or Easements shall be removed and restored to the satisfaction of the property owner when it is necessary to remove such improvements to facilitate the Contractor's progress and to remove those improvements to locations requested by the property owner or to restore them in their original location in as near original condition as possible. All lawn within the area to be disturbed by the Contractor's operations shall be cut with a sod cutting machine, removed and stored until the trench is backfilled and compacted, and then replaced. While stored, the lawn shall be protected and kept watered. After replacement, the disturbed lawn areas shall be watered a minimum of 4 times a week for 3 weeks. The watering shall be of such duration as to soak the replaced sods thoroughly and promote good root growth. 3.13.3 From Station 1+35 to 5+35 and 7+85 to 9+30 for the 3-inch conduit, beauty bark shall be placed; from Station 0+50 to 1+20 for the 20-inch pipeline, the Contractor shall restore, equal to existing, the landscaping in front of this house; and from Station 9+50 to 11+00 for the 20-inch pipeline, the Contractor shall restore, equal to existing, the landscaping in front of this residential home. No attempt has been made to completely list all areas where miscellaneous surface removal and restoration shall be required. The Contractor shall make his own assessment of the miscellaneous surface removal and restoration required in order to restore existing landscaping equal to the existing. 3.14 STORM SEWERS, CULVERTS, AND CATCH BASINS: 3.14.1 All storm sewers, catch basins, or culverts that are removed because of interference with the new construction shall be removed so as to do the least possible damage to the pipe or catcr basin. Dispose of all culvert pipe and install new pipe. Replace damaged storm sewer pipe with new pipe. 522074.31 NOV 1988 02616 7 SURFACE RESTORATION RENTON PIPELINES S22074B SEA 3.14.2 Replace all storm sewer and culvert pipe to the lines and grades to match original. Pipe shall be laid on a minimum 4-inch thick compacted granular base conforming to top course specified hereinbefore. 3.14.3 Replace culvert headwalls of all types to a condition at least equivalent to their original shape or form. 3.14.4 Reinstall catch basins in their original locations and reconnect to the drainage system in a manner equal to the original. If the existing catch basins are damaged beyond repair by the operations, construct new basins of similar size, cross section, and design as the original at the Contractor's sole expense. 3.15 EXCESS MATERIALS: Dispose of all excess materials. Make arrangements for the disposal and bear all costs or retain any profit incidental to such disposal. 3.16 SETTLEMENT: Any settlement noted in backfill, fill, or in structures built over the backfill or fill within the 1-year warranty period in accordance with the GENERAL CONDITIONS will be considered to be caused by improper compaction methods and shall be corrected at no cost to the Owner. Structures damaged by settlement shall be restored to their original condition by the Contractor at no cost to the Owner. 4. PAYMENT 4.1 GENERAL: 4.1.1 Payment for the work under this section shall be based on the appropriate unit prices stated in the Contractor's Proposal. 4.1.2 Payment shall be considered full compensation for furnishing all labor, materials, and equipment to complete the work as specified under this section. 4.1.3 No payment will be made for any surface restoration beyond 4 feet on either side of the pipe centerline, except 6 feet south of the 20-inch pipe centerline along Carr Road. Surface restoration beyond this limit shall be at the Contractor's sole expense. 4.2 GRAVEL SURFACING: Payment for replacement of gravel surfacing for each type will be based on the unit price per square yard in place as stated in the Contractor's Proposal. Payment will be made on the basis of field measurements by the Engineer. 4.3 ASPHALT CONCRETE PAVEMENT: Payment fcr asphalt concrete pavement replacement for each type :•:ill be based on the unit price per square yard in place as stated in the Contractor's Proposal. The base and top course will be considered as included in the unit price for pavement replacement as stated in the Contractor's S22074.B1 NOV 1988 SURFACE RESTORATION 8 02616 • RENTON PIPELINES S22074B SEA 11 :7 • Proposal. Payment will be made on the basis of field measurements by the Engineer. 4.4 CONCRETE CURBS: Payment for concrete curb replacement will be based on the unit price per linear foot in place as stated in the Contractor's Proposal. Payment will be made based on field measurements by the Engineer. 4.5 CONCRETE SIDEWALKS: Payment for concrete sidewalk replacement will be based on the unit price per square yard in place as stated in the Contractor's Proposal. The top course will be considered as included in the unit price for sidewalk replacement as stated in the Contractor's Proposal. Payment will be made on the basis of field measurements by the Engineer. No payment will be made for replacing damaged curbs lying parallel to the centerline of the trench. 4.6 CONCRETE DRIVEWAYS: Payment for concrete driveway replacement will be based on the unit price per square yard in place as stated in the Contractor's Proposal. The top course will be considered as included in the unit price for driveway replacement as stated in the Contractor's Proposal. Payment will be made on the basis of field measurements by the Engineer. No payment will be made for replacing damaged curbs lying parallel to the centerline of the trench. 4.7 RIPRAP: Payment for riprap will be based on the unit price per square yard in place as stated in the Contractor's Proposal. • Pavment will be made on the basis of field measurements by the Engineer. 4.8 HYDROSEEDING: Payment for hydroseeding will be based on the unit price per square yard in place as stated in the Contractor's Proposal. The topsoil will be considered as included in the unit price for hydroseeding as stated in the Contractor's Proposal. Payment will be made on the basis of field measurements by the Engineer. 4.9 REMOVAL AND REPLACEMENT OF DRAINAGE CULVERTS, STORM SEWERS, OR CATCH BASINS: Removal and replacement of drainage culverts, storm sewers, and catch basins will be considered incidental to the construction, and the cost thereof shall be included in other unit price items of this section, as applicable. 4.10 MISCELLANEOUS SURFACE REMOVAL AND RESTORATION: Miscellaneous surface removal and restoration, including beauty bark, trees, shrubs, rocks, and lawn, will be considered incidental to the construction and no separate payment will be made. The cost thereof shall be included in other unit price items of this section, as applicable. 522074.B1 02616 (See Pavement Patching Detail attached) 9 NOV 1988 SURFACE RESTORATION CITY OF RENTON DEPARTMENT OF PUBLIC WORKS Final Joint must be saw -cut Existing Asphalt Concrete Existing Cement Concrete 6" Conc. shall be Cl. A (3/4) - Portland Cem. Conc. Con- Saw -Cut or line drill underlying concrete, L'i ks� 2" min. Asphalt Concrete " min. Cement Concrete 6" min. Crushed Surfacing Top Course forming to Sect. 6-02.3. Compacted Crushed Rock r Backfill EXISTING ASPHALT CONCRETE OVER CEMENT CONCRETE Final Joint Asphalt Concrete (3" min.) must be saw -cut replacement patch to be thicker than previously existed. ExistingAsphalt 6 Min. Crushed Surfacing Concrete 6" Top Course Compacted Crushed Rock Backfill EXISTING ASPHALT CONCRETE OVER PREPARED GRADE Final Joint must Cement Concrete (8" Min.) Replace - be saw -cut ment patch to be 1" thicker than previously existed. � ,•'' •i`i ' -ram �,''.':'F"'.'.•T�.%���'� Existing Cement Concrete Pavement 6" Min. Crushed Surfacing Top Course Conc. shall be Cl. A (3/4)- Compacted Crushed Rock Portland Cem. Conc. Conforming Backfill to Sect. 6-02.3. EXISTING CEMENT CONCRETE OVER PREPARED GRADE 1. See Sections 7-18 and 2-09 for Patching and Backfilling Specifications. 2. All trenches in roadway areas shall be backfilled and patched with temporary asphalt at the end of each work day, unless permission is granted to do otherwise by the City Engineer and City Traffic Engineer. 3. All temporary patches on trenches shall be permanently patched within 2 weeks of completion of work within the roadway area. 4. Saw cats on concrete pavements shall be made no more than one-half the depth of the existing slab. 6• Compacted Gravel Backfill Class "B" may be used upon approval of the Engineer it on trenches over 200 feet in length r PAVEMENT PATCHING DETAILS 02616 DATE 1/87 SHEET 9 4 1 , RENTON PIPELINES S22074B SEA 1. SCOPE 1.1 WORK INCLUDED: furnish and install continuous pipe and 1.2 GENERAL: 13900 PIPE BONDING This section covers the pipe joint bonds to form test stations, complete. work necessary to an electrically 1.2.1 Like items of materials provided hereunder shall be the end product of one manufacturer in order to achieve standardization for appearance, maintenance, and replacement. 1.2.2 See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.3 SUBMITTALS DURING CONSTRUCTION: Submittals during construction shall be made in accordance with Division 1, GENERAL REQUIREMENTS. In addition, a list shall be submitted itemizing the equipment to be used for the joint bond continuity test with manufacturer's name, model no., and rated electrical capacity of equipment. 2. MATERIALS 2.1 GENERAL: The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the GENERAL CONDITIONS. 2.2 JOINT BONDS: 2.2.1 Pipe Joint Bonds: Joint bond shall be No. 2 AWG single -conductor, stranded copper, with 600-volt THHN insulation. Bond shall be 18 inches long and shall be supplied complete with a formed copper sleeve on each end of bond wire. Sleeves shall be those specified under THERMITE WELD MATERIALS, this section. All bond connections shall be welded. 2.3 THERMITE WELD MATERIALS: 2.3.1 Electrical connection of copper wire to steel, ductile iron and cast iron fittings and pipe shall be by the thermite weld method. Thermite weld materials shall consist of wire sleeves, welders, and weld cartridges according to the weld manufacturer's recommendations for each wire and pipe size and material. S22074.B1 NOV 1988 13900 1 PIPE BONDING RENTON PIPELINES S22074B SEA 2.3.2 Cast iron thermite weld materials shall be utilized for all cast iron and ductile iron pipe and fittings as recommended by the thermite weld manufacturer. Maximum cartridge size shall be 25 gram for steel and 32 gram for cast iron and ductile iron materials, respectively. 2.3.3 The Contractor shall be responsible for supplying the proper size and type of cartridges and welder molds as required for each type or connection and pipe material in accordance with the thermite weld manufacturer's written recommendations. All welding materials and equipment shall be the product of a single manufacturer. Interchanging materials from other manufacturers will not be acceptable. 2.3.4 Welder molds shall be graphite molds. Ceramic "One -Shot" molds will not be acceptable. Special welders and thermite materials are required for formed joint and flexible coupling bonds. 2.3.5 Install adapter sleeves for No. 12 AWG test wires and No. 2 AWG joint bond wires as recommended by the thermite weld manufacturer. Either prefabricated factory sleeved joint bonds or bond wires with formed sleeves made in the field are acceptable. Field formed joint bond sleeves shall be attached with the appropriate size and type of hammer die and method recommended by the thermite weld manufacturer. 2.3.6 Thermite weld materials are available as specified from Erico Products Inc. (Cadweld), Cleveland, OH; Continental Industries, Inc. (Thermoweld), Tulsa, OK; or equal. 2.4 CATHODIC PROTECTION FLUSH -MOUNTED TEST STATION: Test station shall be flush -to -ground mounted and suitable for heavy traffic bearing loads. The test station shall be supplied, complete, with a five -terminal block, locking lid, and noncorroding body. Terminal studs and nuts shall be nickel -plated brass. Test station shall be a total of 24 inches long. 2.5 WIRE: No. 2 AWG wire for joint bonding and No. 8 AWG and No. 12 AWG wire for test station leads shall be single -conductor, stranded copper with 600-volt TW insulation. 2.6 THERMITE WELD CAPS: Thermite weld caps shall be those available from Royston Laboratories, Inc., Pittsburgh, PA; Phillips Petroleum; or equal. 2.7 COAL -TAR MASTIC COATINGS: Coal -tar mastic coatings shall be "TC Mastic" (Brush Applied), Tapecoat Company, Evanston, IL; Bitumastic Super Tank, Koppers Company, Pittsburgh, PA; or equal. 522074.B1 NOV 1988 PIPE BONDING 2 13900 RENTON PIPELINES S22074B SEA 3. WORKMANSHIP 3.1 GENERAL: All materials and equipment associated with pipe joint bonding, as shown on the Drawings, shall be furnished and installed by the Contractor. Installation of all items shall be as specified herein and shown on the Drawings. Any changes in the design or method of installation of an item as specified shall be reviewed by the Engineer. Scheduling of the installation of the various components shall be coordinated to coincide with other construction phases of the general project so that installation of the items herein specified can be completed in the most efficient and expedient manner. 3.2 PIPE JOINT BONDING: To form an electrically continuous pipeline, all pipe joints shall be electrically bonded as shown on the Drawings, except joints at an insulating flange. Electrical connection of the joint bond to ductile iron pipe joints shall be as specified under WIRE CONNECTIONS, this section. Joint bonds shall be as specified under MATERIALS, this section. Test each completed joint bond as specified under FIELD TESTING, this section. Coat all exposed metal on bonds as shown on Drawings and repair coating damage resulting from field testing of joint bonds. 3.3 TEST STATION INSTALLATION: 3.3.1 Cathodic protection test stations of the types indicated shall be located as specified or shown on the Drawings. Changes in location of any test station shall have prior approval of the Engineer. 3.3.2 The wires from the test stations shall be buried a minimum of 24 inches below finished grade and shall be attached to the indicated pipe as specified under WIRE CONNECTIONS, this section. Test wires with less than 24 inches of ground cover shall be installed in rigid conduit. 3.3.3 Wire connections to test station terminals shall be with crimp -on spade lug terminals. Wire type as specified under MATERIALS, this section, shall be maintained throughout each test station installed under this Contract. Identify each wire at test station and engrave test station number and type inside the test station cover. 3.4 WIRE CONNECTIONS: 3.4.1 Thermite Weld: The electrical connection of copper wire to steel, ductile iron, or cast iron shall be by the thermite weld method. Before the connection is made, the surface shall be cleaned to bare metal by making a 2-inch by 2-inch window in the coating and then filing or grinding the surface to produce a bright metal finish. After the connection is made, it shall be coated with a coat of cold -applied coal -tar mastic and a thermite weld cap applied S22074.B1 NOV 1988 13900 3 PIPE BONDING RENTON PIPELINES S22074B SEA as shown on the Drawings. Any damage to the coating or lining shall be repaired according to the coating applicator's recommendations. 3.5 FIELD TESTING: 3.5.1 General: Conduct electrical continuity tests on all newly constructed ferrous metal pipelines. Furnish all necessary equipment and materials and make all electrical connections to the pipe, as required. The Engineer will monitor the tests. 3.5.2 Electrical Continuity Test: Furnish the following equipment and materials for the electrical continuity tests: Quantity Description 1 Digital low resistance ohmmeter capable of 0 to 2 milliohm measurements with 1 microohm resolution. The instrument shall have forward and reverse test capabilities. Biddle Instruments Catalog No. 247000, or equal. 2 Test leads for low resistance ohmmeter. Biddle Instruments Catalog No. 241001-7, or equal. 1 Calibration shunt rated at 0.001 ohm, 100 amperes, Biddle Model No. 249004, or equal. 3.5.3 Test Procedure: Measure the resistance of each joint bond with the digital low resistance ohmmeter in strict accordance with the manufacturer's operating instructions. Use the probes to contact the pipe on each side of the joint, without touching the thermite weld or bond. The contact area for test probes shall be cleaned by filing or grinding to bright metal with no surface rusting or oxidation. Test probe connections to the bond wire, bonding studs, or thermite welds will not be acceptable. Record the measured joint bond resistance on the test form described herein. 3.5.4 Joint Resistance: 3.5.4.1 No joint bond will be accepted if the joint bond resistance is greater than the calculated electrical resistance for one standard joint bond as shown in Table 1. TABLE 1 Bond Type No. 2 AWG wire S22074.B1 PIPE BONDING 4 Resistance Allowable 0.000325 ohm NOV 1988 13900 • RENTON PIPELINES S22074B SEA 3.5.4.2 The Contractor shall replace or install an additional joint bond on any joint with a resistance greater than that allowed in • Table 1 until the resistance is within the specified allowance at the Contractor's sole expense. 3.5.4.3 The Contractor shall protect the completed joint bonds during the backfilling operation. Any damaged joint bonds, located during testing by the Engineer, shall be uncovered and repaired by the Contractor at the Contractor's sole expense. 3.5.5 Test Records: Records in triplicate shall be made of each bonded pipeline during the tests and submitted to the Engineer. Use the test record form at the end of this section. In addition, these records shall include: A. Description and location of pipeline tested B. Date of test C. Bond type • D. Measured joint bond resistance 4. PAYMENT 4.1 GENERAL: 4.1.1 Electrically bonding the pipelines is part of the construction of the pipeline and the expense shall be included under Section DUCTILE IRON PIPE AND FITTINGS, as applicable. 4.1.2 Payment for field testing will be made at the lump sum price • as stated in the Proposal. This payment shall constitute full compensation for all work as specified herein. 4.1.3 Payment for furnishing and installing test stations will be made under this section of the Specifications at the unit price stated in the Proposal. • (See Joint Bond Continuity Test Record attached) • • 522074.B1 13900 NOV 1988 PIPE BONDING C] Do 0 CATHODIC PROTECTION FLUSH MOUNTED TEST STATIONS i/N/SN G'C'�DE � CONC SLAB „•�.c Il,s c . —_ — 's Inc•, ._ c : PLL/5'N MOUNTED 7FJPM/NK AL QLOC TEST 57AT/ON 2-8r/Z AWG COH°L+1' WIRE WIT.•/ WWITE TW M4UGAT/ON T/dERM/TE WEGD WIA-` CO,NNKT/ON , Ty"'. - A00EL^4e TYPE T. Simple Test Station FLUS•' MOUNTED i TEST ST/iT/ON / _ ie i / • -i2 qWG COPPER WIRE W/Th' WHITE TW AVSUL AT/Oti.' rAVRAI/TE WELD W/RE CONK . TYP FOREIGN P/PLL/NE CONCRETE SL %a GaAOE TER*fwAL. BLOCK S ! /-I/2 ArnG �COgaEa W/RE W/TAti A�L*c TW /NS(JLQT/ON -r iv OWAAER S P/PeZ 4VE TYPE F. Foreign Pipe Crossing NOT TO SCALE ,CONC SLAC �-� �i/NISM GRADE - _ = • a i -•//III u: n TE.tM/NAL BLOCK FLUSH MOLlNTEO TEST 3TA7,/0N Z Or/Z A/IG CtIPOOOLFR 2 • WIZ AWG COPPLR W/RE /YM-e SACK iv/RE W/Ta' WN/7E TW/NSJLAT/ON TW /AfSL/L AT/ON TNER',WrrE wIEGD WIRE C0VAeC7-A7N , TYP TYPE I, Insulated Joint WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS --P/PEL /NE /NSL/LATEO 1p/NT APRIL 1983 N W O O PIPE JOINT BONDING. cN1nn ::HILL ELECTRICAL CONTINUITY TEST RECORD PIPELINE NAME/NO. LOCATION STARTING LOCATION AND DIRECTION OF TEST TEST VOLTAGE JOINT PASS OR FAIL DATE 1 JOINT I BOPS CURRENT(AMPS DROP (VOLTS) REOSANCE SPECIFICATION? NOTE: Calculated joint resist;nce = voltage drop divided by test current. RENTON PIPELINES S22074B SEA 15005 DUCTILE IRON PIPE AND FITTINGS 1. SCOPE 1.1 WORK INCLUDED: This section covers the work necessary for furnishing and installing the ductile iron pipe and fittings, complete. 1.2 GENERAL: See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.3 SUBMITTALS DURING CONSTRUCTION: Submittals during construction shall be made in accordance with Division 1, GENERAL REQUIREMENTS. 1.4 WATER STANDARD DETAILS: 1.4.1 Concrete thrust blocking for horizontal and vertical bends shall be as shown on the City of Renton Water Standard Details at the end of this section. 1.4.2 Dechlorination shall be as shown on the City of Renton Water Standard Detail at the end of this section. 1.4.3 Tie rods and attachments shall be as shown on the City of Renton Water Standard Detail at the end of this section. 2. MATERIALS 2.1 MATERIAL• Where the pipeline is identified on the Drawings as water (W), the pipe and fitting material shall be ductile iron. 2.2 JOINTS: 2.2.1 Pipe joints shall be push -on, flanged, or restrained joint, as shown on the Drawings. 2.2.2 Fitting joints shall be mechanical, flanged, or restrained joint, as shown on the Drawings. 2.3 PUSH -ON JOINT PIPE: 2.3.1 Push -on joint ductile iron pipe shall be centrifugally cast of 60-42-10 iron and shall conform to ANSI A21.51/AWWA C151. Thickness class shall be 52. Pipe diameter shall be as shown. The pipe shall be cement -mortar lined and seal coated in accordance with ANSI A21.4/AWWA C104. Pipe joints shall conform to ANSI A21.11 (AWWA C110). The rubber -ring gaskets shall be suitable for the specified pipe sizes and pressure and shall conform to NOV 1988 S22074.B1 DUCTILE IRON PIPE 15005 y AND FITTINGS RENTON PIPELINES S22074B SEA ANSI A21.11/AWWA C111. A nontoxic vegetable soap lubricant shall be supplied with the pipe in sufficient quantities for installing the pipe. 2.3.2 The Contractor shall furnish the Engineer "Certification by Manufacturer" in accordance with Section 10-4.3 of ANSI A21.10/AWWA C110. 2.4 MECHANICAL JOINT FITTINGS: 2.4.1 Mechanical joint ductile iron fittings shall be mechanical joint conforming to ANSI A21.10/AWWA C110, rated for 250 psi working pressure. The fittings shall be cement -mortar lined and seal coated in accordance with ANSI A21.4/AWWA C104. Rubber -ring gaskets suitable for the specified sizes and pressures shall conform to ANSI A21.11/AWWA C111, and shall be furnished with the fittings. A nontoxic vegetable soap lubricant shall be supplied with the fittings in sufficient quantities for installing the fittings. 2.4.2 The Contractor shall furnish the Engineer "Certification by Manufacturer" in accordance with Section 10-4.3 of ANSI A21.10/AWWA C110. 2.5 FLANGE JOINT PIPE AND FITTINGS: 2.5.1 Flange joint ductile iron pipe shall be centrifugally cast of 60-42-10 iron and shall conform to ANSI A21.15/AWWA C115, Class 53. Threaded flange joints shall conform to ANSI A21.15 (AWWA C115). The pipe shall be cement -mortar lined and seal coated in accordance with ANSI A21.4/AWWA C104. Flanges shall be ductile iron. Flanged ductile iron fittings shall be rated for a working pressure of 250 psi and shall conform to ANSI A21.10 (AWWA C110). Flanges shall be faced and drilled 125-pound ANSI. 2.5.2 The Contractor shall furnish the Engineer "Certification by Manufacturer" in accordance with Section 15-3.2 of ANSI A21.15/AWWA C115. 2.5.3 All flanged pipe shall be shop -fabricated to the exact lengths required in the field so that no field cutting or threading is required. All flanges shall be firmly attached at the shop. Apply threaded joint compound to all threaded joints. All flanged pipe shall be pressure tested at the shop to 250 psi with certification provided to the Engineer. 2.5.4 Bolts and Nuts: Bolts and nuts shall conform to ANSI A21.11 (AWWA C111). Material shall be high strength, low alloy steel furnished by the pipe manufacturer. 2.5.5 Gaskets: Gasket material for flanged joints in ductile iron pipe and fittings shall be cloth -inserted sheet rubber gaskets conforming to Appendix A of ANSI A21.10/AWWA C110 and ANSI B16.21, 522074.B1 NOV 1988 DUCTI'E IRON PIPE 2 15005 AND FITTINGS 0 RENTON PIPELINES S22074B SEA 1/8-inch thick. The gasket shall be one piece, full -cut, with holes to pass bolts. Gasket material shall be free from corrosive alkali or acid ingredients. 2.6 RESTRAINED JOINT PIPE AND FITTINGS: 2.6.1 Restrained joint ductile iron pipe and fittings shall be centrifugally cast of 60-42-10 iron and shall conform to ANSI A21.15 (AWWA C115), Class 53. 2.6.2 Restrained joint pipe and fittings shall be used for all joints along the identified pipelines for the distance shown on the Drawings. Provide flanged by restrained joint adapters where shown. 2.6.3 No other method of thrust restraint for the pipelines identified on the Drawings to have restrained joints will be allowed. 2.6.4 Restrained joints for pipe and fittings shall be designed to restrain the thrust developed at 250 psi and shall be U.S. Pipe TR Flex or Pacific States Tyton-MJ Lock Joint. No other pipe manufacturer's restrained joint will be accepted. Restraining systems using set screws, anchor lugs, wedges, or other friction devices will not be considered equal to the systems listed above and will therefore not be allowed for use on this project. 2.6.5 All welding associated with the restraint system shall be performed in the pipe manufacturer's shop. No field welding will be permitted. 2.6.6 Restrained Joint Submittal: The pipe manufacturer shall submit details of his proposed restrained pipe joint and installation procedures. Details shall include appropriate calculations; Drawings; list of field experience with references; factory test data. Restrained joint materials shall not be delivered until the Engineer has received and reviewed all necessary data. 2.7 MECHANICAL JOINT SOLID SLEEVE: U.S. Pipe Type U-514, long solid sleeve, or equal, with high strength, low alloy nuts and bolts. Solid sleeves shall be used where required for closure, and as shown on the Drawings. 2.8 FLANGE INSULATING KIT: Flange insulating kit shall consist of �! a full -face Type E gasket and for each bolt two insulating washers, two steel washers, and one full-length "Mylar" insulating sleeve as shown on the Drawings. The complete assembly shall have an ANSI rating equal to that of the flange and all materials shall be resistant to the operating temperature and products in the pipeline. The flange gasket shall be supplemented with a neoprene facing on each side to accomplish a seal. S22074.B1 NOV 1988 15005 3 DUCTILE IRON PIPE AND FITTINGS RENTON PIPELINES S22074B SEA 2.9 CONCRETE FOR THRUST BLOCKING: The concrete shall be plant -mix concrete, conforming to ASTM C 94, Alternate 2, developing a 28-day compressive strength of at least 2,500 psi. Maximum size of coarse aggregate shall be 1-1/2 inches and slump range shall be 2 to 4 inches. 2.10 THRUST TIE RODS: Three -fourths -inch diameter steel tie rods and attachments as shown in the City of Renton Water Standard Detail at the end of this section. 2.11 PIPE BONDING: As specified in Section PIPE BONDING. 2.12 POLYETHYLENE ENCASEMENT FOR ALL BURIED DUCTILE IRON PIPE AND FITTINGS: Polyethylene material, thickness, and width shall be as specified in ANSI A21.5/AWWA C105, and be tube type. 2.13 TRENCH EXCAVATION AND BACKFILL: Specified in Section TRENCH EXCAVATION AND BACKFILL. 2.14 CORROSION PROTECTION: Koppers Bitumastic 50, or equal. 3. WORKMANSHIP 3.1 GENERAL: Except where modified and supplemented by these Specifications, installation of the ductile iron pipe and fittings shall conform to AWWA C600. 3.2 TRENCH EXCAVATION AND BACKFILL: EXCAVATION AND BACKFILL. 3.3 PREPARATION OF TRENCH: As specified in Section TRENCH 3.3.1 Grade: Grade the bottom of the trench by hand to the line and grade to which the pipe is to be laid, with proper allowance for pipe thickness and for pipe base when specified or indicated. Before laying each section of the pipe, check the grade and correct any irregularities found. The trench bottom shall form a continuous and uniform bearing and support for the pipe between bell holes, except that the grade may be disturbed for the removal of lifting tackle. 3.3.2 Bell (Joint) Holes: At the location of each joint, dig bell joint holes of ample dimensions in the bottom of the trench and at the sides where necessary to permit the joint to be made properly and to permit easy visual inspection of the entire joint. 3.3.3 Handling Material: As specified in Section 2 of AWWA C600. 3.3.4 Cleaning Pipe and Fittings: 3.3.4.1 As specified in Section 3 of AWWA C600. S22074.B1 NOV 1988 DUCTILE IRON PIPE 4 15005 AND FITTINGS 0 • • 0 r" r 1] RENTON PIPELINES S22074B SEA 3.3.4.2 Wipe the ends of push -on joint pipe and fittings clean of all dirt, grease, and foreign matter. 3.3.5 Placing of Pipe in the Trench: As specified in Section 3 of AWWA C600 and Section 4 of AWWA C601. 3.3.6 Laying: 3.3.6.1 Push -On Joint Pipe: After the first length of push -on joint pipe is installed in the trench, secure pipe in place with approved backfill material tamped under and along sides to prevent movement. Keep ends clear of backfill. After each section is jointed, place backfill as specified to prevent movement. 3.4 CUTTING PIPE: 3.4.1 General: As specified in Section 3 of AWWA C600. Leave a smooth end at right angles to the axis of the pipe. 3.4.2 Ductile Iron Pipe: Cut pipe with milling type cutter or saw. Do not flame cut. 3.4.3 Dressing Cut Ends: As specified in Section 3 of AWWA C600. 3.4.4 Bell End to Face Direction of Laying: Unless otherwise directed, lay pipe with bell end facing in the direction of the �j laying. For lines on an appreciable slope, face bells upgrade at the discretion of the Engineer. 3.5 JOINING PUSH -ON JOINT PIPE AND MECHANICAL JOINT FITTINGS: 3.5.1 Lay and join pipe with push -on type joints in strict y accordance with the manufacturer's recommendations. Provide all special tools and devices, such as special jacks, chokers, and similar items required for the installation. Lubricant for the pipe gaskets shall be furnished by the pipe manufacturer, and no substitutes will be permitted under any circumstances. 3.5.2 Mechanical joint fittings vary slightly with different manufacturers. Install the particular fittings furnished in accordance with the manufacturer's recommendations. In general, the procedure shall be as hereinafter specified. Clean the ends of the fittings of all dirt, mud, and foreign matter by washing with water and scrubbing with a wire brush, after which slip the gland and gasket on the plain end of the pipe. If necessary, lubricate the end of the pipe to facilitate sliding the gasket in place. Then guide the fitting onto the spigot of the pipe previously laid. Locate the spigot centrally in the bell, place the gasket in position, and insert the bolts in the holes. 3.5.3 Torque -limiting wrenches shall be used to bolt up fittings. Torque ranges to be applied to bolts and wrench lengths which should 522074.B1 NOV 1988 15005 5 DUCTILE IRON PIPE 0 AND FITTINGS RENTON PIPELINES S22074B SEA produce the required torque when applied by the average man should be as follows: Diameter of Torque Range Wrench Bolt (In.) (Foot -Pounds) Length (In.) 5/8 40 - 60 8 3/4 60 - 90 10 1 70 - 100 12 1-1/4 90 - 120 14 3.5.4 When tightening bolts, bring the gland up toward the flange evenly, maintaining approximately the same distance between the gland and the face of the flange at all points around the socket. Tighten all nuts progressively a little at a time. Do not overstress bolts to compensate for poor alignment. If effective sealing is not attained at the maximum torque, disassemble the joint and reassemble after cleaning. 3.6 FLANGE JOINT PIPE OR FITTINGS: Prior to connecting flanges, the faces of the flanges shall be thoroughly cleaned of all oil, grease, and foreign material. The rubber gasket shall be thoroughly cleaned and checked for damage. Flanges shall be installed in proper alignment and the gasket seated correctly. Torque limiting wrenches shall be used to tighten bolts in the correct sequence and to avoid excess stressing of bolts. If joints leak when the hydrostatic test is applied, the gaskets shall be removed and reset and bolts retightened. 3.7 CORROSION PROTECTION FOR BURIED PIPE ACCESSORIES: Apply two coats of Koppers Bitumastic 50 to all buried pipe accessories such as thrust tie rods, including nuts and bolts. Coating thickness shall be a dry film thickness of 30 mils. Wrap couplings and flanges with polyethylene encasement in accordance with AWWA C105 after applying coating. 3.8 RESTRAINED PIPE AND FITTINGS: Restrained pipe and fittings shall be installed and connected in accordance with the manufacturer's recommended procedure. 3.9 ALIGNMENT: Pipelines intended to be straight shall not deviate from the straight line at any joint in excess of 1 inch horizontally and 1/4 inch vertically. 3.10 UNSUITABLE CONDITIONS FOR LAYING PIPE: Do not lay pipe in water or when, in the opinion of the Engineer, trench conditions are unsuitable. 3.11 PERMISSIBLE DEFLECTION AT JOINTS: Wherever it is necessary to deflect pipe from a straight line, either in the vertical or horizontal plane, the total deflection shall not exceed 80 percent of the manufacturer's recommended deflection, except when special S22074.B1 NOV 7-988 TI�- I DUCRON PIPE 6 15005 AND FITTINGS • i RENTON PIPELINES S22074B SEA 0 i machined bells are used. Special machined bells shall be installed where shown. 3.12 PIPE BONDING: As specified in Section PIPE BONDING. 3.13 CONNECTIONS TO EXISTING WATER PIPELINES: All connections to existing water pipelines will be made by the Owner. Limits of each connection are shown on the Drawings. All necessary trench excavation, backfill, and surface restoration shall be performed and all necessary materials shall be supplied by the Contractor. The Contractor shall furnish equipment and manpower to assist the Owner's crew for the connections. The Contractor shall remove the temporary plugs, thrust protection, and blowoff assemblies prior to the Owner making the connection. All materials shall be onsite and reviewed with the Engineer and Owner prior to Owner notification to make the connection. The connection will be made after pressure test and sterilization of the new pipeline prior to connection to the existing pipeline. 3.14 NIPPLES: .Pieces of plain end ductile iron pipe. Length shall be field determined and the length shall be adequate to make connections to existing water pipelines as shown. 3.15 POLYETHYLENE ENCASEMENT: In conformance with Method A of ANSI A21.5/AWWA C105. 3.16 THRUST PROTECTION: 3.16.1 Thrust Blocking: Provide reaction or thrust blocking, as shown, or as directed by the Engineer. Place blocking between the undisturbed ground and the fitting to be anchored. The bearing surface shall be calculated based on a soil bearing load of M 2,000 psf and a test pressure of 200 psig as measured from the lowest point along the pipeline. Place the blocking so that the pipe and fitting joints will be accessible to repairs, unless otherwise shown. 3.16.2 Thrust Tying: Provide as shown on the Drawings. Prior to pressure test, all nuts shall be checked for tightness against adjacent flange. Paint as specified herein. 3.17 HYDROSTATIC TESTS: 3.17.1 General: 3.17.1.1 Except where modified and supplemented by these Specifications, hydrostatic tests shall conform to Section 4 of AWWA C600. Furnish all necessary equipment and material, make all taps, and furnish all closure pieces in the pipe as required. The Enqineer will monitor the test. 3.17.1.2 Conduct the tests after the trench has been completely backfilled. NOV 1988 522074.Bl 7 DUCTILE IRON PIPE 15005 AND FITTINGS RENTON PIPELINES S22074B SEA 3.17.2 Test Pressure: The test pressure for the water pipeline shall be 200 psig as measured from the lowest point along the pipeline. 3.17.3 Thrust Blocking: Do not make pressure test until at least 5 days have elapsed after concrete thrust blocking is installed. 3.17.4 Duration: As.specified in Section 4 of AWWA C600. 3.17.5 Procedure: As specified in Section 4 of AWWA C600. Slowly fill the pipe with water and allow to stand for 24 hours. 3.17.6 Leakage: As specified in Section 4 of AWWA C600. No pipe installation will be accepted if the leakage is greater than the number of gallons per hour as determined by the following formula: 1/2 L = ND(P) 7400 In the above formula: L = Allowable leakage, in gallons per hour N = Number of joints in the length of pipe tested D = Nominal diameter of pipe, in inches P = Average test pressure during the leakage test, in pounds per square inch 3.17.7 Correction of Excessive Leakage: Should any test of pipe laid disclose leakage greater than that allowed, locate and repair the defective joints or pipe until the leakage of a subsequent test is within the specified allowance. 3.17.8 Visible Leaks: All visible leaks shall be repaired on exposed piping. 3.18 STERILIZATION: Pipelines intended to carry potable water shall be sterilized before placing in service. Sterilizing procedures shall conform to AWWA C601 as hereinafter modified or expanded, and the requirements of any governing agency having jurisdiction. 3.18.1 Flushing: As specified in Section 5 of AWWA C601. Provide hoses, test connections and valves, temporary pipes, ditches, etc., as required to introduce and dispose of flushing water without damage to adjacent properties. For larger than 8-inch diameter pipe, clean the pipeline with pipe "POLY PIGS" prior to sterilization, then flush the line at a lower velocity. mhe "POLY PIGS" will be supplied by the Owner. The Contractor shall assist the Owner's forces, who will perform the "POLY PIGS" cleaning/ flushing operation. S22074.B1 NOV 1988 DUCTILE IRON PIPE 8 15005 AND FITTINGS 11 • L A • RENTON PIPELINES S22074B SEA • 0 • 3.18.2 Sterilizing Mixture: As specified in Section 5 of AWWA C601. Sterilizing mixture shall be a chlorine -water solution having a free chlorine residual of 40 to 50 ppm. The sterilizing procedure shall be as specified in Section 5.2 of AWWA C601. The use of tablets or dry granules placed inside the pipeline prior to the addition of water is not acceptable. 3.18.3 Rate of Application: The rate of chlorine mixture flow shall be in such proportion to the rate of water entering the pipe that the combined mixture shall contain 40 to 50 ppm of free available chlorine. 3.18.4 Retention Period: As specified in Section 5 of AWWA C601. 3.18.5 Final Flushing: As specified in Section 6 of AWWA C601. 3.18.6 Bacteriological Tests: As specified in Section 7 of AWWA C601, and State Health Department regulations. 3.18.7 Disposal of Sterilizing Water: Dispose of sterilizing water in an approved manner by reference to the Dechlorination Detail at the end of this section. Do not allow sterilizing water to flow into a waterway without adequate dilution or other satisfactory method of reducing chlorine concentrations to an approved level. 4. PAYMENT 4.1 PIPE AND FITTINGS: 4.1.1 Payment for the ductile iron pipe and fittings, in place, will be made at the respective unit prices per linear foot stated in the Proposal for each type of pipe. This payment shall constitute full compensation for all work specified under this section. 4.1.2 The measurement for payment will be the field -measured centerline length of the pipe, valves, and fittings, in place, within the limits shown on the Drawings. Measurement stops at lump sum pay item limits indicated on the Drawings. 4.1.3 Partial payment will be made for pipe and fittings delivered to the job, unloaded, and properly stored in good condition, based upon manufacturer's bills of shipping less retention. 4.1.4 Full payment for pipe and fittings in place will not be made until the pipe has successfully passed the hydrostatic test. 4.1.5 The Engineer will withhold full payment on any section of pipe deemed unsatisfactory due to excessive leakage or any other causes until such defects have been corrected in accordance with these Contract Documents and are acceptable to the Engineer. 522074.B1 15005 0 NOV 1988 DUCTILE IRON PIPE AND FITTINGS RENTON PIPELINES S22074B SEA 4.2 CONNECTIONS TO EXISTING PIPELINES: Payment for each connection to an existing pipeline will be made at the lump sum contract prices stated in the Contractor's Proposal. Payment for connections to existing pipelines shall constitute full compensation for excavation and backfill and for furnishing all pipe, connecting pieces, valves, fittings, and other materials, tools, labor, and equipment necessary to connect the new system to the existing as specified and as shown on the Drawings. Surface restoration will be paid under that section. (See Water Standard Details attached) 522074.B1 NOV 1988 DUCTILE IRON PIPE 10 15005 AND FITTINGS J w • • • 40 CITY OF RENTON HIR DEPARTMENT OF PUBLIC WORKS J Z of nWnCF eCGVC I VA I x, w1 CROSS (MJ x FL) VERTICAL 2- BLIND FLANGES ONE TAPPED 2" 12'' & LARGER TEE (MJ) VALVE (MJ) W/ BYPASS CONCRETE VAULT 2- PLUG WITH TEMP BLOWOFF ASSY BLOCK AS REQUIRED BEFORE 2" CORP STOP 2" PLUG SMALLER THAN 12- TEE (MJxFL) VALVE (FLxMJ) 2- PLUG WITH TEMP BLOWOFF ASSY BLOCK AS REQUIRED a, f, I i SOLID SLEEVE � NEw DIP Ov1� � e o •• I NI wl I AFTER PRESSURE AND PURITY CONNECT TO TAPPING VALVE W/ NIPPLES SOLID SLEEVE (LP) AFTER DATE 09/88 WATER CONNECTION DETAIL TYPE III SHEET x.xx CONCRETE BLOCKING SIZING PROCEDURE A. HWr RAL The Mantua,t of concrete required to Man char horizontal bends, tees, and de10 Intl[ depends on the strength of the soil. The lthodt o1 p in concrete to keep the Joint accessible Is shown In Figure 1. TM ara in square feet Of conc me Wfri cn must bear against the side of tie trance s Found by d.vidi n9 the thrust In poun Os shorn i Table 1 by theism(. bear ny load of the soil as iho,rn In Table 2. 2. CRITERIA I. The sizing procedure. is For hoeirons al or dwrr•re tAr aft only, 2. ft.; ght of the thrust block lust be eq wl to or lets t Nn 1/2 the depth from the oround surf. to the block bee. 3. The thrust block bearing lace it appro-Iq tely rectangular. 4. The concrete blocking shall be at per ANA $Pe Cif, cat ion 74-2.14. C. SYMBOLS d - Outside Di aee ter of pipe in feet T . Thrust In rounds at the Fitting (Table 1) SBl - Safe bearing Load in pounds/Sq. Ft. (Table 2) h - Depth of Trench in feet W - Ili dth of Trench in F<e[ A Area of Concrete Which miust bear Against the Side of the Trench n Sq. Ft. w - Masi— Height of the Thrust Block In Feet Dc De Dth of the Caecrete Thrust Block [o Faring Surface in Feet t.n - Me-iMee. Length Of the Thrust Flock in Fe<t GAOUND SURFACE D. CALCULATION EQUATIONS I. Area of Concrete (A) Thrust (in ►p,nds) T Safe leari nq load �n Found[ Sq. 1. - rF 2. M--I-- Height of Thru s, Block (M-,) - Depth of Trench in Feet h 2 S (Width of Trench In Feet!-(nutaide 3. Depth of Concrete Thrust Black - Dues ter of pipe in feet) - W-d T 4. Ma -lea• Length of Thrust Block (Eal - Area of Concrete A M. -- Ne i g" - 16 S. Required Amount or Concrete (Cu. Td.) -(Height - Depth a Length) a 0.03704 -114- - L- a Dc) , 0. 03704 E. EZANPLE I. ►robl - Calculation of the amount o1 concrete raw ired to Dlack •• 9Tpend in anrater rain; the no heal opit, in9 pressure In the Dipe -ill De 65 psi and the soil condition in the area indi- uto and and gravel. 2. Solution: Maai-- testing pressure (See Tap le 1) - 300 psi Du tslde di meter of e•' Dipe - 9.05 in. - 9.05/12 - 0.75 IT. Go to Table I: Tnt testing pressure of 300 Psi, ve see that the thrust on • 906 bard is 21,360 pounds. Go to Table 2: Table 2 gives the safe bearing load for and and gravel: 3,000 Ibs ./sq. ft. Go to Fi9u re I: Fi gars I Indi utts the position of the concrete for blocking the 90' bend. Go to the specifications of the project and find depth of trench in . 4 lest Width of trench (W) - 3 feet With the above astwbl ed inforw•tion, re proceed to the final ulcu lati ons: Area or Concrete (A) Thrust 21 60 r-7— r,ng Load - �p - 7.12 sq. ft. Ma-Iwun height of Thrust Black (K.) . Depth of Trench h 4 Depth of Conc rate Thrust Block (pc) Width of Trench In Feet (W) - Outside Di -Ito of Pip,Ed) 2 - 0.75 - 1.,3 rt. 2 Ma-insae Length of Thrust Block (Ls,) Area Of Concrete Ise i9h o- C�oncre�e A 12 . 2.0 3.`6 ft. Required AwNunt of Concrete -(Height a Depth a Length)a 0.03704 -(14a - la - Dc) - 0.03704 -(2.0 - 3.56 . 1.13) a 0.03704 - 0.30 cu. Td. CAP TEE ..a . Ilia BEND FIGURE I 90• BEND NOTE FOR CONVEX VERTICAL BENDS BLOCKING, SEE APWA STANDARD PLAN NO. 73. Teal C I III������IIIIII� TABLE 2 Safe 5—in, Loads in Lb./Sq. Ft The safe bearing loads 9i Wen in the Follow in9 table are for horiimt•1 thrusren ts tdthe depth Of W-r over the pipe a-ceedt 2 lae t. SOIL SAFE BEAMING LOAD Lb, per Sg. Ft. -Ikrek, peat, etc. Soft Clay 0 Sand I,000 Sand red Lr2,OD0 S red and Gra•velvel Cernted rich CI 3.000 Merit She]. 0,000 1, 000 -In rc4 or peat, ail to rusts [Mall k restrained by plies or tie rp dt 10 sol,d Found at�ont or Dt vel o/ tiCk or peat and replace aent rite be'"" of surfilirrt stab, I,tv to resist thetas u. WATER STANDARD DETAIL CITY OF RENTON NOT TO SCALE DEPARTMENT OF PUBLIC WORKS 15005 04OVEMBEFI 1979 r 11 Type Bloc'k,Fig --m �7.7�•7m���! ii3�iY1Q1 i�?•7�7�if ®©F�lQ�E�7f17� �nmc�■oe+� .. wpm m• .. ��m�raom• Pvc mm.m Type-B' Bbck w9 for 45' Wrtcai Berds yB 5 0 I L yr yp 0.1 N y Lt a A 45 30 31 41 0 8 123 232 50 61 17 5, 2W 478 - 1 /9 1 1'1 40 e 1144 a2r 94 a NOTE TURN QUC�LES S HALL- 6r— USED Type A Biackrg for 111 ••22/ ••3trwnKw Beds Pont as for 2 Tv*Qux" Trread 6'- T 0 ofl �Go»S�111�corc Type•B Bbck,nq for 45' vrU= bends Port as ftr 4 TLrrdXCk.1,S w Ttreoo 6" r `� G d W 5 0 4 N Coss 501 2-)Ccrc L� 17 --5- 2_ Rop` STANDARD DETAIL FOR BLOCKING OF CONVEX VERTICAL BEND 15005 PAR%AL PFOSIOM 2 I X18(, DECHLORINATION TREATMENT PROCESS: Dechbnnatwn is accomplished by the instantaneous chemcal reaction of the free and combined chbnne in the P4x4ine with a dechlonnation agent. The type and grade of dechlonrlatgn chemicals available are: Sodium TMcalfa* (non -anhydrous) Tachnical grade-1001b. bags Sodium &1Ma Technical grade--6/ and 1001b, bags Sodium 9builRtr (anhydrous) Technrn Wade-10010 begs and 4001b. drumts APPLICATION: AMOUNT OF CHEMICALS REQUIRED The residual chlorine in rue pipeline will be neutralized by treating with one Of the chemicals listed in Table 1. The amount bf the chemical required will be determined from Table 1 based on Vw volume of MaW and the residual chbnne concentration in the Pipetlne. TABLE 1 Founds of Darhlonratiorl Chemicals Required to Neutralize Various Residual Chlonne COncen"tions for Every 1,000 GalbnS of Niter E�rnical and Amot" Ra4iad (PouSda) Residual Chionne Sodium Sodium Concentration ThxAuhate Sodium &sulfate (mgA or ppm) (rlonanhydrous) Suhrte (anhydrous) 10 0.2 0.15 0.11 20 0.4 0.70 0.22 J0 06 0.45 0.33 40 0.6 0.60 0." 5o 1 0 075 055 t kek SokAlon: A 1% by weight stock solution of the dechbnnation chemical will be prepared by dissolving every 1lb of dechbnnation chemical used in /001bs. of water. When preparing this solution, the chemical should be added to the water and mixed until the chertucal has cdmWHaly Omolvaid. L Si wood For small Pipelines. dwrilonration can be achieved by collecting the Chlorinated water in a containment verse and adding wrtn continuous mixing the required amount of a dacnlonration ctwn cal stock solution (i b. of decri onnating chemical for every 1001bs of water). L Corririuoue Ford MrV1od For large pipelines where containmlemt of the chlorinated water is impractical, the continuous feed meMod Is recommerloed. The how rate for the Crllonnated water will be sat at a constant rate in which a constant rate of dechlonration chiamrcal stock solution shall be fed into fhe flow. The two rates will be proportioned so that the dechlonnation chemical concentration will be continuous throughout the penod required to flush the chlorinated water from V1e pipeline. LOCAL SUPPLIERS Van Waters and Rodgers 8201 S- 212th Kent, WA. Tel a 623-6151 or 872-5000 Jones Chemicals, fnc. 1919 Marine View Onve Tacoma. WA Tel a 572-9030 Chemwest Corporation 2923 N E Ellakeley Searle. WA Tel a 525-.t3120 or 800-%2-679.4 PROCESS FLOW DIAGRAM: Dechbriratlon Chemicals 1% Concentration (by weight) Source Of Supply Contamrrvent of Chlonnated Discharge to Niter (blowoff, \ksse; Surrounding hydrant. etc.) I (tank truck) WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS 15005 MARC. I%' DEAD MAN BLOCKING WITH SN,<KLE o Y R0D TO CAP 9 I I I W�T[�A MIT N 1� rE 5lALL TLN UCI" ►i N 8& r' CLOSE ROKWELL 4B2 rjo CAp ■lrr LE EllOY 2"nCALVAIIIuEft IAS AQUD Cov�uRW� • r' CALVANI2ED 'ON PIPE, 12" LORD PLAN • TW ►ICCE CAST IRON VALVE AOx, EQUAL TO AI CN VAL VC CO., STANDARD To, SECTION, YITN RE GUTAR USESE SECTION N LENLTN TO FIT T 2" GALVANIIED IRON 1 r 1►[ AS AL QUI RED � • IYSTALI 2.2' 90 HIND, SCREWED >•l7�iCC r' LALVANl2[D IA011 PIPE 12" LONG 2" LATE VALVE, SCRENSD r' CLOSE NI►r[[ %/� IG.4 �" VAN12ED IRON /11[ KME■ CAP OR RUG - 1/lJ J l LTO FIT ♦ 2" �0' 1110N SET Z" OFrSEr raP AT OcTroH ELEVATION • TEMPORARY 2" BLOW -OFF ASSEMBLY FOR 811 MAINS ANO SMAL[.EQ ,I 10 qWD t_AfZ�1L MAINS WILL REQUIQE 4 FIRE NYDQAIilT Fof2 BLOW -OFF � WATER STANDARD DETAIL CITY OF RENTON MOT TO SCALE DEPARTMENT OF PUBLIC WORKS • 1_=,oc>5 PARriAL REUIS13N 2/2b1S(, • RENTON PIPELINES S22074B SEA 15007 POLYVINYL CHLORIDE (PVC) PIPE 1. SCOPE 1.1 WORK INCLUDED: This section covers the work necessary for furnishing and installing the polyvinyl chloride (PVC) pipe and fittings, complete. 1.2 GENERAL: See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.3 SUBMITTALS DURING CONSTRUCTION: Submittals during construction shall be made in accordance with Division 1, GENERAL REQUIREMENTS. 2. MATERIALS 2.1 MATERIAL: Where the pipeline is identified on the Drawings as drain (D) or conduit (C), the pipe and fitting material shall be polyvinyl chloride (PVC). 2.2 PVC DRAIN PIPE AND FITTINGS: 2.2.1 Material: The PVC plastic used in all sizes of pipe and fittings shall have a cell classification of 12454-B or 12454-C in conformance with ASTM D 1784, Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. 2.2.2 Material Tests and Inspections: PVC pipe and fittings shall be inspected at the point of manufacture in accordance with the manufacturer's standard methods. Provide a certificate of tests in lieu of witnessing the inspecting and test procedure. Pipe, fittings, and accessories that are chipped, cracked, or contain other imperfections, or do not satisfactorily meet the manufacturer's standard test requirements shall be rejected. 2.2.3 Pipe and Fittings: PVC pipe and fittings shall conform to ASTM D 3034, Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings, SDR 35. Provide manufacturer's certification, including test results, for all materials supplied under this Specification, in accordance with Section 11.1 of ASTM D 3034. 2.2.4 Joints: Joints for pipe and fittings shall be joined with an integral bell, bell -and -spigot type rubber gasketed joint conforming to ASTM D 3212 for gravity sewers. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. Gaskets shall conform to ASTM F 477. Furnish complete information on basic gasket polymer and results of tests of physical properties. Lubricant for jointing shall be as approved by the pipe manufacturer. S22074.B1 NOV 1988 15007 1 POLYVINYL CHLORIDE (PVC) PIPE RENTON PIPELINES S22074B SEA 2.3 PVC CONDUIT PIPE AND FITTINGS: Pipe shall be rigid PVC, Schedule 80 for in and across all roads, Schedule 40 elsewhere, Type I, Grade I, Class 12454-3 conforming to ASTM D 1784 and ASTM D 1785. Joints shall be solvent weld type conforming to ASTM D 2467. Fittings shall be Schedule 80, solvent weld type as specified for PIPE hereinbefore. All socket connections shall be joined with PVC solvent cement conforming to ASTM D 2546. Manufacture and viscosity shall be as recommended by the pipe and fittings manufacturer to assure compatibility. Provide all pipes with nylon pull wire. 2.4 SOLID COVER WITH LOCKING LID: Solid covers for cleanouts shall be provided with locking lids and shall be as shown on the Water Standard Detail No. 85 at the end of this section. 2.5 HANDHOLE BOXES AND COVERS: Handhole boxes shall be Utility Vault Company No. 25-TA. Boxes shall be installed as shown on the Drawings. Covers shall be hot -dip galvanized steel diamond plate type, with double hinged doors to allow full access to the vault interior, held down with two 3/4-inch 316 stainless steel screws, and shall be H2O load rated. Install box cover flush with the finished grade at location. Covers shall be furnished with permanent lettering of the "weld -bead" or other approved type to identify the pull box contents. Lettering shall say "TELEMETRY AND SIGNAL WIRES." 2.6 PEDESTAL MOUNT: Provide as shown in Renton Standard Detail A. 2.7 PIPE DETECTION: All buried PVC pipe shall have 6-inch wide pipeline detection tape installed 6 inches above the top of the pipe. Detection tape shall be Detect Tape ADT 1003, as manufactured by Allen Systems, Wheaton, IL, or equal. 2.8 DUCTILE IRON PIPE AND FITTINGS FOR CLEANOUTS: As specified in Section DUCTILE IRON PIPE AND FITTINGS. 2.9 CORROSION PROTECTION: As specified in Section DUCTILE IRON PIPE AND FITTINGS. 2.10 TRENCH EXCAVATION AND BACKFILL: As specified in Section TRENCH EXCAVATION AND BACKFILL. 2.11 CONCRETE FOR THRUST BLOCKING: Concrete for thrust blocking shall be as specified in Section DUCTILE IRON PIPE AND FITTINGS. 2.12 ENERGY DISSIPATOR: Materials shall be as shown on the Drawings. The manhole shall be similar to Type 3 shown at the end of this section. S22074.B1 NOV 1988 POLYVINYL CHLORIDE (PVC) PIPE 2 15007 RENTON PIPELINES S22074B SEA 3. WORKMANSHIP 3.1 TRENCH EXCAVATION AND BACKFILL: As specified in Section TRENCH EXCAVATION AND BACKFILL. 3.2 MANUFACTURER'S TEST AND INSPECTION: • 3.2.1 All pipe shall be inspected and tested at the point o manufacture in accordance with the respective manufacturer's standard methods. Provide a certificate of inspections and tests in lieu of the Engineer witnessing the inspection and test procedures. 3.2.2 Pipe and accessories that are chipped, cracked, or contain other imperfections, or do not satisfactorily meet the manufacturer's standard inspection and test requirements, shall be rejected. The Contractor shall immediately remove rejected pipe off the site and replace the rejected pipe at the Contractor's sole expense. 3.3 PIPE PREPARATION AND HANDLING: 3.3.1 Manufacturer's Instructions for PVC Pipe Materials: 3.3.1.1 Pipe handling, storage, and installation shall be in strict accordance with the manufacturer's recommendations. Before any pipe is installed, the Contractor shall submit to the Engineer four copies of the pipe manufacturer's installation instructions, and shall keep one copy at the site of the work at all times pipe is being installed. Each copy shall be marked by the Contractor to indicate Documents. Inwcase tof conflict, the he requirements smore et orth in e any conflith stringent Contract Do requirements shall be followed. 3.3.1.2 No pipe shall be delivered to the worksite before the Engineer has received, reviewed, and approved the submittal material. One copy of the pipe manufacturer's handling and installation instructions shall be kept on the worksite at all times pipe is being handled or installed. 3.3.2 Pipe Distribution: 3.3.2.1 Care shall be taken not to damage the pipe when handling the pipe. Unload by hand or use canvas slings to avoid scratching the pipe. Do not slide or drag PVC pipe over an abrasive asurface. Pipe with deep scratches shall be replaced with new pip nd be removed from the site. 3.3.2.2 Distribute material on the job no faster than it can be used to good advantage. Unload pipe that cannot be physically lifted by workers from the trucks by a forklift or other approved means. Do not drop pipe of any size from the bed of the truck to. the ground. Do not distribute more than 1 week's supply of material in advance of laying, unless otherwise approved by the Engineer. NOV 1988 S22074.B1 3 POLYVINYL CHLORIDE (PVC) PIPE 15007 RENTON PIPELINES S22074B SEA 3.3.3 Removal of Damaged Pipe: Any unit of pipe that is damaged beyond repair shall be removed from the site and replaced with another unit. 3.3.4 Rubber Gasket Storage: Store all rubber gaskets in a cool, well -ventilated place and do not expose them to the direct rays of the sun. Do not allow contact with oils, fuels, petroleum, or solvents. 3.3.5 Each pipe and fitting shall be carefully inspected before the exposed pipe or fitting is installed or the buried pipe or fitting is lowered into the trench. No cracked, broken, or otherwise defective materials shall be used. The interior and exterior protective coating shall be inspected, and all damaged areas patched in the field with material similar to the original, except damaged glass -lined pipe. Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after laying. 3.3.6 Use proper implements, tools, and facilities for the safe and proper protection of the pipe. Carefully handle pipe in such a manner as to avoid any physical damage to the pipe. Do not drop or dump pipe into trenches under any circumstances. 3.3.7 PVC pipe shall be stacked no higher than 5 feet and provided support for the pipe barrel to prevent bending of the pipe. Pipe stockpiled for more than 30 days shall be covered to protect it from the sun's rays. Provide for air circulation through the stockpile. Store rubber rings in a cool, dark place out of the direct rays of the sun. 3.3.8 Cutting Pipe: 3.3.8.1 General: Cut pipe for inserting valves, fittings, closure pieces, and as otherwise required, in a neat and workmanlike manner without damaging the pipe or lining and so as to leave a smooth end at right angles to the axis of the pipe. Use only tools and methods recommended by the pipe manufacturer and reviewed by the Engineer. 3.3.8.2 PVC Pipe: Cut pipe with a carpenter's handsaw. Ends shall be cut square, deburred, and beveled in accordance with pipe manufacturer's recommendations. 3.4 PREPARATION OF TRENCH: 3.4.1 Grade: Grade the bottom of the trench by hand to the line and grade to which the pipe is to be laid, with proper allowance for pipe thickness and for pipe base when specified or indicated. Before laying each section of the pipe, check the grade and correct any irregularities found. The trench bottom shall form a continuous and uniform bearing and support for the pipe between bell holes, except that the grade may be disturbed for the removal of lifting tackle. S22074.31 NOV 1988 POLYVINYL CHLORIDE (PVC) PIPE 4 15007 � RENTON PIPELINES S22074BSEA • 0 3.4.2 Bell Holes: Excavate bell holes at each joint to permit proper assembly and inspection of entire joint. 3.4.3 Dewatering: Provide and maintain ample means and devices to remove and dispose of water entering the trench during the laying operation to the extent required to properly grade the bottom of the trench and allow for proper compaction of the backfill in the pipe zone. Pipe shall not be laid in water. 3.5 LINE AND GRADE: 3.5.1 Gravity Pipe: 3.5.1.1 Do not deviate from line or grade, as established by the Engineer, more than 1/2 inch for line and 1/4 inch for grade, provided that such variation does not result in a level or reverse sloping invert. 3.5.1.2 Measure for grade at the pipe invert, not at the top of the pipe, because of permissible variation in pipe wall thickness. 3.5.1.3 Establish line and grade for pipe by the use of lasers or by transferring the cut from the offset stakes established by the Contractor to batter boards set in the trench at maximum intervals of 25 feet. Maintain a minimum of three sets of batter boards with r string line ahead of the pipe laying at all times. If batter boards in the trench prove impractical because of trench conditions, submit other methods of grade and alignment control to the Engineer for approval. 3.6 LAYING AND JOINTING PVC PIPE AND FITTINGS: 3.6.1 Pipe laying shall proceed upgrade with spigot ends pointing in direction of flow. After a section of pipe has been lowered into the prepared trench, clean the end of the pipe to be joined, the inside of the joint, and the rubber ring immediately before joining the pipe. Make assembly of the joint in accordance with the recommendations of the manufacturer of the type of joint used. Provide all special tools and appliances required for the jointing assembly. 3.6.2 After the joint has been made, check pipe for alignment and grade. The trench bottom shall form a continuous and uniform bearing and support for the pipe at every point between joints. Apply sufficient pressure in making the joint to assure that the joint is "home" as defined in the standard installation instructions provided by the pipe manufacturer. To assure proper pipe alignment and joint makeup, place sufficient pipe zone material to secure the pipe from movement before the next joint is installed. 3.6.3 When pipe is laid within a movable trench shield, take all necessary precautions to prevent pipe joints from pulling apart when moving the shield ahead. S22074.B1 NOV 1988 15007 5 POLYVINYL CHLORIDE (PVC) PIPE RENTON PIPELINES S22074B SEA 3.6.4 Take the necessary precautions required to prevent excavated or other foreign material from getting into the pipe during the laying operation. At all times, when laying operations are not in progress, at the close of the day's work, or whenever the workers are absent from the job, close and block the open end of the last laid section of pipe to prevent entry of foreign material or creep of the gasketed joints. 3.6.5 Take all precautions necessary to prevent the "uplift" or floating of the line prior to the completion of the backfilling operation. 3.6.6 When cutting and/or machining the pipe is necessary, use only tools and methods recommended by the pipe manufacturer and approved by the Engineer. 3.6.7 Permissible Deflection at Joints: Wherever it is necessary to deflect pipe from a straight line, either in the vertical or horizontal plane, the total deflection shall not exceed 80 percent of the manufacturer's recommended deflection. 3.7 THRUST BLOCKING: As specified in Section DUCTILE IRON PIPE AND FITTINGS, except that the block shall be sized for a pressure of 100 psig as measured from the lowest point along the pipeline. 3.8 AIR TESTING OF PVC PIPE: The PVC pipe shall successfully pass an air test prior to acceptance and shall be free of visible leakage. 3.8.1 General: 3.8.1.1 Plugging of Tees, Stubs, and Ends: Plug all tees, stubs, and ends with gasketed caps or plugs securely fastened or blocked to withstand the internal test pressure. Such plugs or caps shall be removable, and their removal shall provide a socket suitable for making a flexible jointed connection. 3.8.1.2 Testing Equipment and Procedure: Furnish all necessary testing equipment and perform the tests in a manner satisfactory to the Engineer. Any arrangement of testing equipment which will provide observable and accurate measurements of air leakage under the specified conditions will be permitted. Gauges for air testing shall be calibrated with a standardized test gauge provided by the Engineer at the start of each testing day. The calibration shall be witnessed by the Engineer. 3.8.1.3 Time of Testing: Conduct the test after the trench has been completely backfilled. Attention is directed to time of payment for pipe under PAYMENT. 3.8.1.4 Repairs: Repair or replace, in Engineer, any section of pipe not meeting at no cost to the Owner. Retest the pipe a manner approved by the the air test requirements, after repairs are made. S22074.B1 POLYVINYL CHLORIDE (PVC) PIPE 6 NOV 1988 15007 RENTON PIPELINES S22074B SEA 3.8.1.5 Subsequent Failure: A. Infiltration of groundwater in an amount greater than herein specified, following a successful hydrostatic or air test as specified, shall be considered as evidence that the original test was in error or that subsequent failure of the pipeline has occurred. The Contractor shall correct such failures in a manner approved by the Engineer and at no cost to the Owner should they occur within the warranty period. B. The Contractor, in contracting to do this work, agrees that the leakage allowances as indicated herein are fair and practical. 3.8.2 Air Testing: Follow procedure as outlined for Acceptance Test appended at the end of this section, except that the pipe and joints shall be considered as satisfactory when the time required in seconds for the pressure to decrease from 3.5 to 3.0 pounds per square inch greater than the average back pressure of any groundwater that may submerge the pipe is not less than twice that computed in accordance with the Recommended Procedure for Conducting Acceptance Test. 3.9 FINAL PIPE CLEANING: 3.9.1 Prior to final acceptance and final inspection of the PVC pipe by the Engineer, flush and clean the pipeline. Remove all accumulated construction debris, rocks, gravel, sand, silt, and other foreign material from the pipeline. If necessary, use mechanical rodding or bucketing equipment. 3.9.2 Upon the Engineer's final inspection of the pipeline, if any foreign matter is still present in the system, reflush and clean the sections and portions of the lines as required. 4. PAYMENT 4.1 PIPE: 4.1.1 Payment for PVC pipe and fittings will be made at the unit price per linear foot as stated in the Contractor's Proposal for each type of pipe. This payment shall constitute full compensation for all work specified under this section. 4.1.2 The cost for furnishing and installing the Energy Dissipator as shown on the Drawings, except the riprap, will be considered as incidental and the cost shall be included in the unit price for PVC pipe and fittings as stated in the Contractor's Proposal. Payment for riprap will be made under Section SURFACE RESTORATION. NOV 1988 522074.B1 15007 7 POLYVINYL CHLORIDE (PVC) PIPE RENTON PIPELINES S22074B SEA 4.1.3 The cost for furnishing and installing the cleanouts, existing handhole connection, pedestal mounts, and handhole boxes as shown on the Drawings will be considered as incidental and the cost shall be included in the respective unit price for PVC pipe and fittings as stated in the Contractor's Proposal. 4.1.4 Payment for PVC pipe will be based on the actual number of feet installed, as measured by the Engineer. 4.1.5 Partial payment will be made for pipe and fittings delivered to the job, unloaded, and properly stored in good condition, based upon the manufacturer's bills of shipping less retention. 4.1.6 Full payment for pipe and fittings, in place, will not be made until the pipe has successfully passed the air test. 4.1.7 The Engineer will withhold full payment on any section of pipe deemed unsatisfactory due to excessive leakage, unsatisfactory line and grade, or any other cause until such defects have been corrected in accordance with the intent of these Contract Documents. (see Recommended Procedure for Conducting Acceptance Test and Water Standard Details attached) • • • S22074.B1 NOV 1988 POLYVINYL CHLORIDE (PVC) PIPE 8 15007 • 9 - ---- N�--_- � ToD slob � HandholR_- 24' x I 6' MAx- 48', 54% 72'. or 96' Shelf Slope 1/2-- Construct channel& . -- -- Ring and cover �- Adjuusiment section (Leveling bricks or Grade rings opflonal `� -- Hondholds Steps or ladder shelf In field - R- r- ----------------- Reinforcing steel - (for precast base with Integral riser) --- -- 0.15 SO Il In each direction for 48' DIA - �. • 0.19 SO IN/FT In each dlrectlon for 54' DIA Y , I . , 0.24 SO IN/FT In each direction for 72'DIA ' - • • 0.29 SO IN/FT In each direction for 96' DIA Mortar Fltlet PreC061 base with Integral riser 48'.. DIA-6'. 54'gA-8; II I Grovelbockfill for pipe bending, MIN compacted depth. For precast bases only. 72' DIA-8'. 1 96' DIA-12' 1 For 48' 6 54' DIA .I'-0'A • For seperate cost 11 For 72' 6 96' DIA '2'-0'ti In place only 0' RING 1 1 Separate cast In place or separate precast base 1 Reinforcing steel (for separate base only) 7 0.SO IN/FT In each dlrectlon for 4DA ��'^' 0.19 19 SO aJ/F1 In each direction for 54''DIA 0.35 SO IN/FT In each dire0lon for 72 DIA Precast Rase Joint 0.39 SO IN/FT In Hach dN e•.1lon for %' DIA Design Assurnutluf,s Ilelght: 9' to 12• : Sall beoring vnluo n7unls 1100 0/1`12 (MINI Holght: Ovm 12' to 25' : SOII bom Ing voluo n I.mis 3800 •/I 12 (MIN) r7/77/�61 Add,r1 .Iwwly� rin+UnU 110 •. �nwl lv w.•r..r Iwte� lair.) II.11 I NOTES Manholes to be constructed in accordance with AASHTO M-199 (ASTM C 478) unless otherwise shown on plans or noted In the Standard Specifications. Handholds In adjustment section shall have 3' minimum clearance. Steps In manhole shall have 6' minimum clearance. See Standard Plan 'Miscellaneous Manhole Details.' All reinforced cast In ploco concrete shall be Class A. Non -reinforced concrete In channel and shelf shall be Class C. All precast concrete Shall be Class AX. Precast bases shall be furnished with cutouts or knockouts. Knockoui5 shall have a wall thickness of 2' minimum. Knockout or cutout hole size Is equal t0 DIDe outer diameter plus manhole wall thickness. Maximum hole size Is 36' for 48' manhole. 42' for 54' ma^hole. Minimum distance between holes Is 8% Manhole rings and covers shall be In accordance with Standard Specifications and meet the strength requirements of FederalSpecificatton RR-F-621D. Mating Surfaces shall be finished t0 assure non -rocking fit with any cover position. All base reinforcing steel shall hove a minimum yield strength of 60.000 PSI and be placed In the upper half of the base with I` minimum clearance. For details showing Grade Ring, Ladder. Steps. Handholds and Top Slabs, see Stondord Plan 'Miscellaneous Manhole Details.' See the Standard Speclficatluns for joint requirements. MANHOLE - TYPE 3 48'. 54'. 72' & 96' .•fs.w vm vrar.n � rrw•w.•.w a.w�w•rxra dd4 d� STANDARD PLAN 8-23C CITY OF RENTON 40 DEPARTMENT OF PUBLIC WORKS CA5T WANDLE 4Q40----1--+t—-- I DIAMOMD PLATE 000 PATTE M TYP 4444 1 1 I I I � � I I I I � I I DETAIL A :fa 710"\\ \ LEVELII G F'a D (`r P) I ya' x 2" x Ile I WtM REQUIRED L1D TO 5E LDGKED DOWtJ W �W 11WO (2.) 5/5" STAI U LE55 STEEL 50GKL7 BEAD GAP 5G2EWS. OLYMPIG i=DUNDY SN1ro0 SOLID D%i OR EQUAL. -7 71/4,1 i/61—Ju3• -� l ►/g' — DETAI L A — 15007 DAT= 11-85 CATCH BASIN SOLID COVER ShELT 85 , 4" SLIP FITTER CONDUIT(S) LOCATED TO FIT WITHIN PEDESTAL BASE 1"- 2" GROUT PAD ANCHOR BOLTS FOUNDATION DETAIL PEDESTAL MOUNT �TAN%AKID CLASS 'B' CEMENT CONCRETE I w J m Q cr > i, - � in z = W � J STEEL POLE W _ a 4 1/21' O.D. X.237 WALL SCHEDULE _z H 40 - GALVANIZED z 0 3le 80LT CIRCLE - AS SPECIFIED BY MANUFACTURER 1811- 2411� 5 � LEVELING NUT D®I D® ANCHOR STANDARD 3/4" H.S. BOLT FLAT WASHER HEX NUT /c�?O% • C] RECOMMENDED PROCEDURE FOR CONDUCTING ACCEPTANCE TEST 1. Clean pipe to be tested by propelling snug fitting inflated rubber ball through the pipe with water. 2. Plug all pipe outlets with suitable test plugs. Brace each plug securely. 3. If Uie pipe to be tested is submerged In ground water, Insert a pipe probe, by boring or jotting, Into the backtlll material adjacent to the center of the pipe, and de- termine the pressure in the probe when air passes slowly through It. This Is the back pressure due to ground water submergence over the end of the probe. All gauge pres- sures In the test should be Increased by this amount. 4. Add air slowly to the portion of the pipe installation under test until the Internal air pressure is raised to 4.0 psig. S. Checkexposed pipe and plugs forabnormal leakage by coating with a soap solution. If any failures are observed, bleed off air and make necessary repairs. 6. After an Internal pressure of 4.0 psig is obtained, allow at least two minutes for airtemperature tostabilize, addingonlythe amountof air required to maintain pressure. 7. After the two minute period, disconnect air supply. 8. When pressure decreases to 3.5 psig, start stopwatch. Determine the time In seconds that is required for the Internal air pressure W reach 2.5 psig. This time In- terval should then be compared with the Ume required by specification as computed below. 9. List size and length of all portions of pipe under test In table similar to one shown here. i-� U� O O J Diameter Inches Length Feet K ..011 d2L C .0003882 dL Total K Total C Time required by specification to. By use of nomograph (Fig. 13), compute K and C. Use scales d and L, read K and C. and enter these values In the table above. 11, Add all values of K and all values of C for pipe under test. 12. If the total of all C values Is less than one, enter the total of all K values Into the space for 'Time Required by Specification.' 13, If the total of all C values Is greater than one, divide the total of all K values, by the total of all C values, to get tq. To make this division with the nomograph, use scales C and K. and read tq. L - I Oo0 900 am 700 - 6W S00 400 -300 - 250 200 AIR TEST C x ISO 15000 10om to o 90 - 80 7 0 5 000 60 4 000 5 0 3 000 40 2000 30- 1000 20 10 09 0e 07 06 OS 04 Soo 400 300 200 100 f0 d Ilo5 39 1020 - 36 93S 33 900 a50 - 30 800 765 - - 27 700 - 680 - 24 595 =--*21 510 --}- 18 425 !S 400 - 340 - - 12 300 - 283 i 10 226 7 ]- 8 200 ISO 170 6 03 SO 40 150 _ 30 = 02 - 20 -- -100 - 1133 -4 FIG. 13.-NOMOGRAPH FOR THE SOLUTION OF K = .011d2L, C .0003892dL, tq=Kr C RENTON PIPELINES 15034 FIRE HYDRANT ASSEMBLIES 1. SCOPE S22074B SEA 1.1 WORK INCLUDED: This section covers the work necessary for furnishing and installing the fire hydrant assemblies, complete. 1.2 GENERAL: 1.2.1 Surface restoration required due to construction of the fire hydrant assemblies shall be included in Section SURFACE RESTORATION. 1.2.2 Fire hydrant assembly details shall be as shown in the City of Renton Water Standard Detail at the end of this section. 1.2.3 Fire hydrant assemblies shall be set at varying depths equal to the depth of the main line pipe and at varying distances from the main line pipe as shown on the Drawings. 1.2.4 Fire hydrant assemblies shall have the type of location in cut or on fill. The type is indicated on the Drawings and shown on the Water Standard Detail at the end of this section. 1.2.5 The fire hydrant location may vary from the stationing shown on the Drawings. The exact location will be determined in the field by the Engineer. No extra payment shall be made for relocating the hydrants from the stationing shown on the Drawings. 2. MATERIALS 2.1 FIRE HYDRANTS: Nominal 5-inch main valve opening with 6-inch bottom connection. Equip with two 2-1/2-inch hose nozzles and one 4-inch pumper nozzle, with new Seattle pattern 6 threads per inch, 60-degree V-threads, outside diameter thread 4.875 inches and root diameter 4.6263 inches. Operating nut shall be 1-1/4-inch National Standard Pentagon nut. The main valve shall be equipped with 0-ring seals and shall open when turned to the left (counterclockwise). Hydrants shall be of the break -flange or safety -top type and provisions shall be made for drainage of barrel to protect units from freezing. Hydrants shall be Corey type (opening with pressure) conforming to AWWA C502-85. The depth of bury shall be as shown. The inlet connection shall be mechanical joint. Hydrants shall be painted with two coats of paint, preservative paint No. 43-114, international yellow. Hydrants shall be Iowa F-5110, Pacific States Cast Iron Pipe Co. Model 2, or equal. 2.2 HYDRANT LATERAL: Six-inch, conforming to Section DUCTILE IRON PIPE AND FITTINGS. Distance and configuration shall be as specified herein and shown on the Drawings. NOV 1988 S22074.B1 1 FIRE HYDRANT ASSEMBLIES 15034 RENTON PIPELINES S22074B SEA 2.3 HYDRANT GATE VALVES AND VALVE BOXES: Six-inch, flanged by mechanical joint, conforming to Section GATE AND BUTTERFLY VALVES, VALVE BOXES, AND VALVE CHAMBERS. 2.4 BASE BLOCK: Solid precast concrete pier block having nominal dimensions shown. 2.5 GRAVEL FOR DRAINAGE: Gravel for drainage shall be washed 3/4-inch drainage gravel and shall be free of organic matter, sand, loam, clay, and other small particles that will tend to restrict water flow through the gravel. 2.6 CONCRETE FOR THRUST BLOCKING: Conform to Section DUCTILE IRON PIPE AND FITTINGS. 2.7 THRUST TIES: Three -fourths -inch diameter steel rods and attachments conforming to Section DUCTILE IRON PIPE AND FITTINGS. 2.8 RIPRAP: Hard and durable quarry stone with less than 35 percent wear when tested for resistance to abrasion in conformance to ASTM C 535. Bulk density shall be not less than 160 pounds per dry cubic foot. The least dimension of any one piece shall be not less than 1/3 the greatest dimension. A minimum of 50 percent of the volume shall be in pieces ranging in size from 1/2 cubic foot to 1 cubic foot. Smaller pieces will be allowed only to fill in the voids in the larger stone. Submit samples of the stone proposed for approval prior to delivery to the jobsite. 2.9 EXCAVATION AND BACKFILL: Conform to Section TRENCH EXCAVATION AND BACKFILL. Backfill shall be selected native material. 3. WORKMANSHIP 3.1 GENERAL: 3.1.1 Installation shall conform to provisions of Sections 3.7 and 3.8 of AWWA C600, except where otherwise specified. 3.1.2 Construction and installation shall conform to the City of Renton Standard Detail at the end of this section. Paint shackle rods with Koppers Bitumastic No. 300-M (16-mil MDFT). Wrap the 6-inch lateral and shackle rods in polyethylene sheeting as specified in Section DUCTILE IRON PIPE AND FITTINGS. 3.2 PIPE AND FITTINGS: Conform to Section DUCTILE IRON PIPE AND FITTINGS. 3.3 VALVES AND VALVE BOXES: Conform to Section GATE AND BUTTERFLY VALVES, VALVE BOXES, AND VALVE CHAMBERS. 3.4 PRESSURE TEST, STERILIZATION, AND FLUSHING: Conform to Section DUCTILE IRON PIPE AND FITTINGS. S22074.B1 NOV 1988 FIRE HYDRANT ASSEMBLIES 2 15034 RENTON PIPELINES S22074B SEA • 3.5 TRENCH EXCAVATION AND BACKFILL: EXCAVATION AND BACKFILL. 3.6 LOCATION AND POSITION: Conform to Section TRENCH 3.6.1 Locate as shown or directed so as to provide complete accessibility and minimize possibility of damage from vehicles or injury to pedestrians. Improperly located hydrants shall be disconnected and relocated at the Contractor's sole expense. Type of location for the fire hydrant assembly shall be as shown. 3.6.2 Set hydrants so that safety flange is a minimum of 4 inches above finished ground or sidewalk level to clear bolts and nuts. 3.7 EXCAVATION: Do not carry below subbase grade. Refill overexcavated areas with gravel, and hand tamp to provide firm foundation. 3.8 BASE BLOCK: Place on firm, level subbase to assure uniform support. 3.9 INSTALLATION OF HYDRANTS: Place hydrant carefully on base block to prevent the base block from breaking. When ductile iron pipe is used, jointing procedures shall conform to Section 3.4 of AWWA C600. After hydrant is in place and connected to the pipeline, place temporary blocks to maintain the hydrant in a plumb position during subsequent work. 3.10 GRAVEL FOR DRAINAGE: Place gravel around base block and hydrant bottom as specified in Section 3.7 of AWWA C600. 3.11 CONCRETE THRUST BLOCKING: Place after hydrant is blocked in its final position and hydrant is joined to pipe. Concrete thrust block shall have a minimum of 4 square feet of bearing area against undisturbed earth. 3.12 THRUST TIES: Provide two 3/4-inch tie rods and attachments between gate valve and hydrant, as shown on the Water Standard Detail in Section DUCTILE IRON PIPE AND FITTINGS. Prior to pressure test, all nuts shall be checked for tightness against adjacent pieces. Paint as specified. 3.13 PLACING RIPRAP: Key riprap carefully by hand, forming a rock wall or bed as shown. Average depth of riprap shall be not less than 1 foot 6 inches with a finished surface tolerance of not more than 2 inches. Intermix the sizes of riprap material to provide uniform gradation between small and large material. Prevent damage to hydrant. Repair damage to the hydrant at no Cost to the Owner. 522074.B1 15034 NOV 1988 3 FIRE HYDRANT ASSEM3r IDS RENTON PIPELINES S22074B SEA 4. PAYMENT 4.1 GENERAL: 4.1.1 Payment will be made for each fire hydrant assembly furnished and installed at the unit price stated in the Contractor's Proposal. Payment for fire hydrant assemblies shall constitute full compensation for all work specified under this section. 4.1.2 The fire hydrants are set varying depths and varying distances from the main line pipes, and the hydrant location shall be in cut or on fill. All hydrants will be required, and the Contractor shall enter a single price in his Proposal sufficient to allow for the varying depths and lengths of 6-inch hydrant lateral piping and the type of location. (See Water Standard Details attached) S22074.B1 FIRE HYDRANT ASSEMBLIES 4 NOV 1988 15034 40 • • • • 1-1 L • • • • ER,ARD ► Y / b \ 4 Fla MTORANT 1 \ at b �J..JIIN IIYI AREA OF LEVEL GROUND SURFACE Now : C�, u AiZD PosTS S 4p't � -� �pT BE ttiSEb �Et�t�N� cuARD MczT �� RoAov�rA`�5 PLAN 3-0 „ HIM. \ IIIIM.— CLIARANtE EACH SIDF )'-O" NIN. C ONE NAN ROCK CUT MY DRANT EXTENSION IF REWIRED � CONCRETE $LOCKING• 16'.l'.A' Kiwi" C OIICRE TE $LOCK LEYEL EACH SIDE ONE MAN ROCK FOR Mlkimp Y-0, Z^_J _J i FILL FIRE HYDRANT LOCATION IN CUT OR FILL NOT TO •CALE FIRE HYDRANT GUARD POSTS FIRE HYDRANT I 1, TO 2 (, ELEVATION LENGTH AND DEPTH VARIES. SEE DRAWINGS AND SPECIAL SPECIFICATIONS. VALVE SOX LENGTH TO FR. SEE DETAIL ON SHEET 6 OF DRAWINGS CONCRETE $LOCKING V TEE. HITw V FLANGE SIDE OUTLET I'' GTE VALVE. FLANGE 7 N[CNMIICAL JOINT, r ►IPE, LENGTH To FIT. TWO 39- 7 tu.n. MIN IwAA HASHER STEEL TIE RODS. LENGTH TO FIT. GRAVEL L I M I T S or Eel Al tT PA4' T TE M FIRE HYDRANT ASSEMBLY WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS 15034 JANUARY, 1990 RENTON PIPELINES S22074B SEA 15042 GATE AND BUTTERFLY VALVES, VALVE BOXES, AND VALVE CHAMBERS 1. SCOPE 1.1 WORK INCLUDED: This section covers the work necessary for furnishing and installing the gate and butterfly valves, valve boxes, and valve chambers, complete. 1.2 GENERAL: 1.2.1 Valve box details are shown on the Drawings. 1.2.2 Valve chamber, valve marker, and extension stem details are shown on the City of Renton Water Standard Detail at the end of this section. 2. MATERIALS 2.1 GATE VALVES: Gate valves shall be iron body, bronze -mounted, double -disc, with bronze wedging device and 0-ring stuffing box, parallel seat, NRS valves with O-ring seals, and shall open when the stem is rotated counterclockwise. Unless otherwise shown, valves shall have 2-inch square wrench nut. Valve ends and valve sizes shall be as shown. Valves shall conform to AWWA C500. Valves shall be designed for a minimum water operating pressure of 200 psi. Gate valves shall be Clow List 14, Mueller No. A2380, M&H, or equal. Corrosion protection shall be manufacturer's standard for buried service. 2.2 BUTTERFLY VALVES: 2.2.1 Butterfly valves shall comply in all respects with the physical and performance requirements of AWWA C504, short body type. Manufacturers requesting approval shall furnish an affidavit stating this compliance and indicating the material options that are to be furnished. All valves shall be Class 250. Valve ends shall be as shown. Operators shall be factory installed and piped. Valve components shall withstand the environmental conditions in contact, and provide continuous trouble -free service. Painting shall be manufacturer's standard for buried service. Valves shall be Pratt HP-250, or equal. 2.2.2 Operators shall comply with AWWA C504 with 2-inch nuts. Operators shall be fully gasketed and grease -packed to withstand an external water pressure of 10 psi. Operators Shall be capable of developing torques listed in Table I of AW`WA C304 for Class 1508 valves. Valves shall close with a clockwise rotation of the nut. Operator components shall withstand an input torque of 300 foot- pounds at the extreme operator position without damage. S22074.31 NOV 1988 15042 1 GATE AND BUTTERFLY VALVES, VALVE BOXES, AND VALVE CHAMBERS RENTON PIPELINES S22074B SEA 2.3 VALVE BOXES: Valve boxes shall be buffalo two-piece sliding type, cast iron with 5-1/4-inch shaft, and shall be of appropriate length for the installation. The word WATER shall be cast into the top of the lid. Extension pieces, if required, shall be the manufacturer's standard type for use with the valve box. All units shall be complete with all necessary bases and accessories. The valve box shall be Mueller H-10364, or equal. 2.4 EXTENSION STEMS FOR VALVE OPERATORS: Operating extension stems shall be provided to bring the operating nut to a point 6 inches below the surface of the ground or pavement. The extension stem shall be constructed of steel and coated as shown in the Water Standard Detail at the end of this section. 2.5 VALVE CHAMBERS: Valve chambers for butterfly valves shall be as shown in the Water Standard Details at the end of this section. Plastic foam used for the annular space around pipe penetrations through vault walls shall meet the Federal Specification PPP-C-1752B Type 1, Class 2, Joint Expansion Polyethylene Foam, Hard Type. 2.6 POLYTEHYLENE ENCASEMENT: Conform to Section DUCTILE IRON PIPE AND FITTINGS. 2.7 EXCAVATION AND BACKFILL: Conform to Section TRENCH EXCAVATION AND BACKFILL. Backfill shall be selected native material. 2.8 BOLTS, GASKETS, GLANDS, AND NUTS: Bolts, gaskets, glands, nuts, and miscellaneous accessories required to install all special valves are to be furnished. Bolts for flanged connections shall be galvanized steel with American Standard regular unfinished square or hex heads. Nuts shall be galvanized steel with American Standard regular hexagonal dimensions. Gaskets for flanged connections shall be 1/8-inch thick rubber. Gaskets shall extend from the inside diameter of the flange to at least the inside edge of the bolt holes or they may extend beyond the bolt circle. Jointing materials for mechanical joints shall conform to AWWA C111. 3. WORKMANSHIP 3.1 VALVES: 3.1.1 Before installation, the valves shall be thoroughly cleaned of all foreign material, and shall be inspected for proper operation, both opening and closing, and to verify that the valves seat properly. Valves shall be installed so that the stems are vertical. Jointing shall conform to AWWA C600 or AWWA C603, whichever is applicable. Valves shall be installed as shown on the Drawings and the Water Standard Details at the end of this section. Joints shall be tested with the adjacent pipeline. If joints leak under test, valves shall be disconnected and reconnected, and the valve and/or the pipeline retested. S22074.B1 NOV 1988 GATE AND BUTTERVLY VALVES, 2 15042 VALVE BOXES, AND VALVE CHAMBERS RENTON PIPELINES S22074B SEA J 3.1.2 Faces of flanges shall be cleaned joint is assembled. After cleaning, the and the nuts tightened uniformly around under test, the nuts shall be loosened, replaced, the nuts retightened, and the retested. thoroughly before flanged gasket shall be inserted the flange. If flanges leak the gasket reset or valve and/or pipeline 3.1.3 Install valve marker posts as described in the Water Standard Detail at the end of this section and located as directed by the Engineer. 3.1.4 Paint nuts, bolts, and miscellaneous steel of all valves with two coats of Koppers Bitumastic No. 50 or equal, after installation. For buried valves, allow time for full cure before backfilling. 3.2 VALVE BOXES: 3.2.1 Center the valve boxes and set plumb over the wrench nuts of the valves. Set valve boxes so that they do not transmit shock or stress to the valves. Set the valve box covers flush with the surface of the finished pavement as shown. Cut extensions to the proper length so that the valve box does not ride on the extension when set at grade. Valve boxes shall be installed as shown on the Drawings. 3.2.2 Backfill shall be the same as specified for the adjacent pipe. Place backfill around the valve boxes and thoroughly compact to a density equal to that specified for the adjacent trench and in such a manner that will not damage or displace the valve box from proper alignment or grade. Misaligned valve boxes shall be excavated, plumbed, and backfilled at the Contractor's sole expense. 3.3 VALVE CHAMBERS: Construct in accordance with details shown on Water Standard Details at the end of this section. 3.4 POLYETHYLENE ENCASEMENT: Conform to Section DUCTILE IRON PIPE AND FITTINGS. 3.5 EXCAVATION AND BACKFILL: Conform to applicable portions of Section TRENCH EXCAVATION AND BACKFILL. Place backfill around valve boxes and valve chambers and thoroughly compact to a density equal to that specified for the adjacent trench and in such a manner that will not damage or displace the box or chamber from proper alignment or grade. Misaligned boxes or chambers shall be excavated, plumbed, and backfilled at the Contractor's expense. 3.6 TESTING OF VALVES: Valves shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance, at the Contractor's sole expense. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The NOV 1988 S22074.B1 15042 3 GATE AND BUTTERFLY VALVES, VALVE BOXES, AND VALVE CHAMBERS RENTON PIPELINES S22074B SEA Contractor shall be held responsible for any damage caused by the testing. 3.7 STERILIZATION: Sterilize valves at the same time the pipelines to which they are attached are sterilized. 4. PAYMENT 4.1 GENERAL: Payment will be made for each gate valve and valve box and each butterfly valve and valve chamber furnished and installed at the unit prices stated in the Contractor's Proposal. Payment for the gate valves, valve boxes, butterfly valves, and valve chambers shall constitute full compensation for the work as specified under this section. (See Water Standard Details attached) S22074.B1 NOV 1988 GATE AND BUTTERVLY VALVES, 4 15042 VALVE BOXES, AND VALVE CHAMBERS • PLAN 24" CLEAR OPENING MANHOLE RING AND FOVER EQUAL TO 0LTMP IC FOUNDRY CO. VITM SOLID LID ERCC PI FOR UWE )/I" DIAMETER LIFT MOLE I!" FROM CENTER. COVER SMALL HAVE WORDING "WATER''.,, e PLASTER SMOOTH INSIDE AND OUTSIDE FACING OF ADJUSTMENT RINGS NIT" GROUT LM 0 1 NOT TO SCALE ELEVATION CONCRETE VAULT, WITH B'-I".A'_�•„)•_o•' OUTSIDE DIMENSIONS. AASNO N20-�� DESIGN LOADING. CON OUTE COM►RESS IVE STR[N.1H OF 5.000 PSI AFTER 21 DAYS. EQUAL TO TOWN CONCRETE PIPE VC 20 VALVE CLAMBER WITHOUT I" MOLE IN BASE. NOTE : TEMPORARY SUPPORT SMALL 1E PROVIDED UNDER VALVE AT THE TIME OF INSTALLATION TO CENTER THE PIPE IN VAULT OPENING. AFTER COMPLETE INSTALLATION REMOVE THE TEMPORARY SUPPORT AND INSTALL CONCRETE SUPPORT PAD. -LEVELING .RICKS OR PRECAST RINGS. PRECAST RINGS SMALL 1E CAST WIT" GROOVE TO FIELD INSTALL STEP. FIMISHE^ GRADE -GALVANIZED )/A" ROUND SAFETY STEP EQUAL TO ASSOCIATED SAND A GRAVEL COMPANY ►REFAPPICATED GALVANIZED HANGING UDDER EQUAL TO ASSOCIATED SAND L GRAVEL CO. W� o� ou i -xr $z<i 0 0 CONCRETE pLK-TIG SUPPORT PAD SEE NOTE 'F CAM �/t A-(OZI AI. (TyP) ELEVATION 16" P 18" F 20" AND 24" BUTTERFLY VALVE CHAMBER WATER STANDARD DETAIL 15042 CITY OF RENTON PARTIAL REOSiON Z/2(o/8& DEPARTMENT OF PUBLIC WORKS —V GENERAL MISCELLANEOUS DETAILS VALVE OPERATING NUT EXTENSION DETAIL SEE DETAIL 1/3 TOTAL LENGTH A 1/4• DIA. 1/8' MIN. THICKIICSS. VALVE OPERATION NUT EXTENSION NOTE EXTENSIONS ARE REQDIRE^ WM[N THC VALVE NUT IS MORE THAN TMR[E (3) FEET BELOW FINISM[D GRAD[. CITE NSIONS ARE TO BE A MINIMUMof ON (1) FO01 LONG. ONLY ONE EXTENSION To BE USED PER VALVE. NOTE: ALL EXTENSIONS ARE TO BE MADE OF STEEL SIZED AS NOTED. AND PAINTED WITH TWO COATS Of CARBON ELASTIC (ATCO •2221) AS SPECIFIED By PRESERVATIVE PAINT CO. DR AN APPROVED EQUAL. VALVE MARKER POST ELEVATIONS VALVE MAPV[R NOTE VALVE MARkFA POST SMALL BE A PENTON C0/1CR[TE PRODUCTS i VM-; OR APPROVED EQUAL. VALVE MARIER SHALL BE PAINTED WITH TWO COATS OF PAINT A43-114 (INTERNATIONAL Y[Lt O.) AS SPECIFIED BY THE PRESERVATIVE PAINT CO. OR APPROVED EOUAL. THE POST SMALL BE SET AT R16NT ANGLES TO THE ROADWAY FROM THE VALVE AND SHALL BE SITUATED IN A SAFE AND REASON- ABLE CONSPICUOUS LOCATION. DISTANCE TO THE VALV[ SMALL 91 NEATLYSTCNCILEO ON THE POST WITN TWO INCH NLM[RS WITH PAINT 041-102 (BLAC A) AS SPECIFIED BY PRESERVATIVE PAINT CO. OR APPROVED EQUAL. 1/8' MIN. THICKNESS. WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS [ J ` 2- SOUARE. / 1' NCTAL STOCK LENGTH AS REQUIRED. l/B' SET SCREW. 2 1/4• INSIDE MEASUREMENT. 2 1/4' DEPTH. 15042 0 0 7 PART 5 DRAWINGS CITY OF RENTON, WASHINGTON GENERAL NOTES DRAWINGS FOR THE CONSTRUCTION OF THE 1 ALL PIPING SHALL BE THRUST RESTRAINED SEE THE TO WATER STANDARD DETAIL AT THE END OF THE SPECIFI- BELLEVUE p` 103RD PL SE SOUTH TALBOT HILL PIPELINES DCATION RAW NGSp PIPE, THE PIPE SPECIFICATION, AND THE 40 Ob SOUTH 2. BEFORE DIGGING FOR PIPELINES, VERIFY ALL UTILITY / 103RD AVE. S.E. ¢ TALBOT HILL LOCATIONS AND CALL EACH UTILITY TO NOTIFY UTILITIES PIPELINES OF WORK IN THE AREA, THEY WILL FIELD LOCATE THEIR BURIED LINES. SEE GENERAL REQUIREMENTS. TALgOT HILL 3. NO ASSURANCE IS GIVEN THAT THE INDICATED POSITION ROA OF ANY EXISTING UTILITY IS CORRECT OR THAT THE TO 6 INFORMATION IS COMPLETE. ALL LOCATIONS OF EXISTING RENTON VALLE�HOSPITAL UTILITIES SHOWN ARE APPROXIMATE AND IT SHALL BE THE CONTRACTORS RESPONSIBILITY TO VERIFY THE F4ST TRUE AND CORRECT LOCATION SO AS TO AVOID DAMAGE t4 OR DISTURBANCE. SEE GENERAL REQUIREMENTS. LEGEND ABBREVIATIONS 4PIPELINE OD F THE PLAN AND PROFILES SHEETS ARE APPROXIMATE. o ROAD TO AC ASPHALT CONCRETE CONTRACTOR SHALL VERIFY THE CORRECT INVERT IN KENT 5-00 BLOW OFF THE FIELD BEFORE ORDERING ANY MATERIAL ,¢, ( PROPOSED PIPELINE WITH STATIONING go y BUTTERFLY VALVE 5. IN GENERAL, EXISTING PIPELINES AND FACILITIES NOTED "EXISTING" '^ LONGJICRES �l PROPOSED FIRE HYDRANT CB CATCH BASIN AS ARE SHOWN IN LIGHT LINE WEIGHTS NEW PIPELINES AND FACILITIES ARE SHOWN IN HEAVY LINE fL CENTER LINE WEIGHTS. 04 PROPOSED VALVE C CONDUIT 6. ALL WATER PIPELINES SHALL BE LAID TO MAINTAIN A 1 IN 500 PIPE TO BE LAID TO SLOPE NOT LESS CONC CONCRETE MINIMUM COVER OF 48 INCHES BELOW FINISH GRADE, 19 —� THAN 1 FOOT IN 500 FEET CPLG COUPLING EXCEPT WHERE SPECIFICALLY SHOWN ON THE DRAW - D DRAIN LAGS. WHERE UTILITY CONFLICTS OCCUR, THE PIPELINES • FALL DOT INDICATES CHANGE IN GRADIENTS DI DUCTILE IRON SHALL BE LOWERED TO CLEAR. TO DIA DIAMETER 7. FOR DESCRIPTION OF TYPICAL PIPELINE TRENCH AND KENT W _ WATER AND VALVE AND FIRE HYDRANT BACKFILL SECTION, SEE DETAIL ON SHEET 5 AND THE 6.. EA EACH SPECIFICATIONS. pWM WATER SERVICE AND WATER METER EL ELEVATION 8. FOR SURFACE RESTORATION, SEE SCHEDULE ON SOUTH EXST EXISTING SHEET 5 AND THE SPECIFICATIONS, CENTER 2" G GAS AND VALVE F FLANGE 9. PLAN AND PROFILE SHEETS ARE PROVIDED FOR TO FHY FIRE HYDRANT ASSEMBLY GENERAL GUIDANCE ONLY. DISTORTION DOES NOT SEATTLE 16•• SS- Q SANITARY SEWER AND MANHOLE GALV GALVANIZED PERMIT ACCURATE SCALING BETWEEN PLAN AND GR GRAVEL PROFILE STATIONING. 5 —12•• ST O STORM SEWER AND CATCH BASIN GV GATE VALVE 10. PIPELINE GRADIENTS SHALL BE NO FLATTER THAN 1 IN IE INVERT ELEVATION 500. GRADIENTS SHOWN AS 1 IN 500 ON THE PROFILE OF TO T _lr_ TELEPHONE AND TELEPHONE BOX PLAN AND PROFILE SHEETS ARE FOR GUIDANCE ONLY. IT TACOMA LT LEFT SHALL BE THE CONTRACTORS RESPONSIBILITY TO P p POWER AND POWER BOX M MONUMENT INSTALL THE PIPELINE SO THAT MINIMUM COVER AND LOCATION MAP MIN MINIMUM MINIMUM GRADIENT CRITERIA ARE OBSERVED. ALL CULVERT MH MANHOLE (SANITARY) WATER PIPELINES SHALL HAVE CONTINUOUS RISE OR NTS MJ MECHANICAL JOINT FALL TO FIRE HYDRANTS AND EXISTING PIPELINES AS X x—x— FENCE EDGE OF CONCRETE CURB M.O. MASONRY OPENING NTS NOT TO SCALE 11. ALLOW WATER PIPELINES WN ON THE ISHALL BE PRESSURE TESTED AND STERILIZED IN ACCORDANCE WITH THE SPECIFICATIONS. PE PLAIN END ALL PRESSURE TESTING SHALL BE DONE IN THE 4 POWER POLE PVC POLYVINYL CHLORIDE PRESENCE OF THE ENGINEER. PIPELINE STERILIZATION REINF REINFORCING SHALL OCCUR PRIOR TO PLACING IN SERVICE. TREE REDD REQUIRED 12. CONTRACTOR SHALL PROVIDE TEMPORARY PLUGS, R/W R/W: RIGHT OF WAY LINES RJ RESTRAINED JOINT BLOW -OFF ASSEMBLIES, AND TAPS FOR PRESSURE FIT RIGHT TESTING AND STERILIZATION. TO REDMOND PROJECT E/L E/L: EASEMENT LINES SS SOLID SLEEVE 13. LOCATION OF PIPE FIRE HYDRANTS,VALVES, LATERALS, TEST STATIONS, ETC., ARE APPROXIMATE ONLY. THE TO ISSAOUAH a° LOCATION P/L p/L: PROPERTY LINES STA STATION ENGINEER WILL MAKE FINAL FIELD DETERMINATIONS. p STER STERILIZATION TB THRUST BLOCK 14. ALL PIPE -- �— -- ---- - DITCH CORROSTILEION PROTECTION. SEE DETAILBONDES CORROSION PROTECTION. SEE DETAILS ON SHEET 6 N S TEMP TEMPORARY AND SPECIFICATIONS. u S TALBOT ROAD 460 ----- EXISTING CONTOUR TYP TYPICAL BELLEVUE ERT VERTICAL 0460.0 FINISH GRADE ELEVATION W WATER 405 KENT 90 RENTON 6 SURFACE RESTORATION W/LETTER W/ WITH W M WATER METER AUBURN SYMBOL AS SHOWN ON SHEET R/W RIGHT-OF-WAY 2 IS SURVEYING MONUMENT c.a•, ..+e•FMilE �, RE4:UNUNEMutD N`� r��aii-lvsv �011 A�OVK L.5,, 5 u FIRE HYDRANT (SHOWN ON PROFILES) /r�, j pz w F w 5 O VALVE CHAMBER (SHOWN ON PROFILES) 2 I+ By i-iY-of W H 7xf4S'C A.vL.C. o SEATTLE tj MCOMAMIEMOED REcOMMEN CEO 0 AC PAVEMENT INDEX TO DRAWINGS PM M71ROVAL FW APPRCpv_i. SHEET NO. TITLE BY- _ ' 1 VICINITY MAP, LOCATION MAP, LEGENDS, ry a-rv-gt F-- ABBREVIATIONS, INDEX TO DRAWINGS, AND PUGET SOUND GENERAL NOTES RE D REC06AUF mo VASHON ISLAND 2 PLAN AND PROFILE, STA 0 + 00 TO 5 + 50 `t' -r �157VA1 FOR I•:.'„,-' VAL r Y 3 PLAN AND PROFILE, STA 5 + 50 TO 11 + 00 bV I�` 1 BY L�L ci � 1 4 PLAN AND PROFILE, STA 11 + 00 TO 15 + 00 BAI DGE LAND ISLAND 5 PIPING DETAILS BREMERTON 6 PIPING DETAILS 7 PIPING DETAILS 8 3-INCH CONDUIT EXTENSION ram? VICINITY MAP NTS DS NJ. R M/LLEl2 REUSE OF DOCUMENTS SHEET )1 DR THIS DOCUMENT. AND THE IDEAS AND DESIGNS INCOR- BAR IS ONE INCH ON CITY OF RENTON VICINITY MAP, LOCATION MAP, t < v 1 27 O R. K. L1IT7-A PORATED HEREIN. AS AN INSTRUMENT OF PROFESSIONAL ORIGINAL DRAWING. WASHINGTON ♦.�, , - CHK Gr WAlZO SERVICE, IS THE PROPERTY OF CH2M HILL AND IS NOT TO BE USED. IN WHOLE OR IN PART, FOR ANY OTHER PROJECT o�,•' ALBOT HILL SOU?HPE LEGENDS, ABBREVIATIONS INDEX zfssr0„^` LN4` WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL IF NOT ONE INCH ON PIPELINES TO DRAWINGS, AND GENERAL NOTES DATE NOV.1988 APVD JK M/LLE. f.' THIS SHEET, ADJUST REVISION By APVD PROJ NO S22074.B7 NO DATE <CMIM HILL SCALES ACCORDINGLY. Q ,!5 `n °� If\ o STA 00 50'XSO'EASEMENT .ZOO' EXST /Z"W -�, `1 P/PE COall SEE 23 \ ---- --- ENERGY STA Ot22 t N STA 3 roo p D/SS/PLITOK, SEE (3 1 _ `/ / ZZ �/Z' 4ENO C;CJ X RJ) 3 "C- H4AJDHOLE7.9 CA4e. kn Vk _D j SrA Ot52t BOX, SEE /E /3s.95 B&ND w/rb. \ S \ TE r 70 ROTABENDS DOwNWAR0 24' - Z2 %z' BE�tJO (RJ X RJ)S ! 3 PROVIDE HgND/CAP k �6Q 1GlD� � I I K RAMP 2-3" (5YP BOTH CSEE , !O 5/DES) R/ui _ I 0 STA 14415 _ /I 20TEE%RJ)W/PLUG/R✓) /! / !0"0: TEE W/T0 ON NORTH S/OE le CLEANOUT I ON EAST S/OE PROVIDE IdANDIIJaP KAMP HANONOLE BOX 22 57'A /4 t 07, /G / LEFT 20"x G"TEE [R✓xF)W1TB FHY ON FILL STA 1Z , &8 BWOV, VALVE CH4MBE9 AND CR055E5 SEE ZI STA 11fO5 +' T SEE ZO x O / / Q � 10"D f 20,w. SEE go 10 lie >( o STA /-I?0,45'LEFT Y' &1 ,f HANDHOL.E �X 22 A / 10 D SEES7-A"DAKO DE7-AILxA'1 G STA /5fCO FOR 2011 w, PIPE COA XIECTlON "D", 5E E z4 3� / FOR /0110 KENIDVE EXST /O"CAPd �01'G , THRUST 5LDCK ANO MAKE CONNECTION W/RUeZ EK GASKET JO/NT : FOR 3"C, �O KEMOVE EXST 311CAPAND MAKE \ COA/NECTION W/ SOLVENT WELL) JOINT. `t �oII MI N _ �oIIW/OE P/PE MIN TRENCH DETECT/ON TAPE WIDTH SURFACE RES7VCAT/ON, FOR PVC P/PE — /PEOO t 161/ SEE SCNEDULE TH/S SHE& T P/PE COVER AS EXTENDS TO SURFACE WHEN SHOWN (MIN 4811) IIII TEMPORARY REGr0RA7_/ON Z'-O" IIII IS USED CONDUIT COVER -- — TRENCH ZONE ` Z-31IC O- G" M/N C _ T -I"M/N (TYP) TRENCH EXCAVAT/ON III ro"M/N AND 5AC9F/LL I G"MIN P/PE ZONE ZO" WATER' �II�PJPE EASE SELECTED 2"M/N, FOUNDATION 4"MAX ; /MPbRTEO I EXCAVAT/ON AND --- -- - 4 M/N STA/3/L/ZAT/ON ONLY AS DIRECTED AS SHOWN /N SO AND ON PLANS NOTES : / SEE SPEC/AL SPECS. Z ACTUAL SLAP-- OF TRENCH SAOES TO e>E DETEKMINEO ,e>Y CONTRACTOR 70 F/T METHOD OF CONSTKUCTION AIVO ALL SAFETY REQU/R'EMENTS. TYf /CAL ,BACKF/L_ L NTS TRENC!-I SECT/ON 1O SET COVER OF VALVE BOX AA/O CONCRETE PAD %4" PROVIDE 2'-O'SO X 6" BELOW GRADE 7-14/CK CONCRETE PAD CAST IRON LID Z -41 5 HOOPS FIN/SHED GRADE � • � =IIII_INANO TAMP .5✓IG- X,-1L.L I I=AROUND ENT/REUPPE,e SECTION SLIDING VALVE SOX TYPE Cr VALVE,PDX IIiIEXTENSION Tw STEM, SEELOWER SECT/ON CITY OF RENTON WATEK STANDARD DETAIL AT ENO OF VALVE SPECIFICATION GATE VALVE VALVE SIZE Q ENDS AS SPEC/FIFO OR /NOJCATEO ON DRAWINGS ,501flEQ GATE VALVE 60 X SE TT//VG O r°Q DSG 14, _ f�S co �+ • 11 � NJ.R. MILLER 11 t A�'. K. LArrA °o +ccisTca`"c rya, H Al C WARD fSSIOMA� fN4 APVO J.R MILLER NO DATE PLAN ,5ANDED 2" ALUM/NUM GRADING M�Z"SST HEX SOCKET HEAD CAP SCREW /Iv SST• EXPANSION ANCHOR W1I/8"X 3" SO SST # WASHER. SPACE EVENLY AROUND P&K/METER AT MAX /'-G/I or- 4,5"0 MANHOLE. SIMILAR TO TYPE 3, STANDARD PLAN B- 23c /�-G" THICK R'1PRAP —� Z/-O" THICK �"M/N COMPACTED J %4- INCH MINUS CGRANUL.AK MATEK/AL 'FASE COURSE 6TYP)- 4 1 REPLACES RESTORED LETTER SYMBOL GRAVEL OK/VEWAY 2"M/N TOP COURSE -- A 44M/A/ BASE COURSE GRAVEL PLANTER 4"MIN TOP COURSE ASPHALT CONCRETE T 1 3" M/N AC - C A OR/VEWAY Z" MIN TOP COURSE U40M/N RASE COURSE 86TH AVE S.E. 3"AC WEARING D ROAD CROSSI.vG q"AC BASE Z" M/N TOP COURSE I CAKK ROAD 2"AC WEARING E CROSS/NG Z"AC LEVELING C,"AC BASE CONCRETE oe".e 4"MIN CONCRETE F SIE)EWALK 77777772"M/N TOP COURSE UNSURFACEO HYOR:OSEEDlAk __ /� _ - - AKEAS al'MIN TOP SOJL CONCRETE Cv" MIN CONCRETE �H /�/� AR/VEWAY RE/NFORCED W1#46) /2" EW. SEE NOTE 1• NOTES: 211M/N TOP COURSE I; 1• IF DEPRESSED CONCRETE CURB l5 DAMA, THEM PROVIDE MIN /O" TNICKNES5 OR/VE WAY FOR 3 I • .2. SEE SURFACE KES7VFAT/0Al SPECIFICATIONS. SUl`;�'FACE A'ESTORAT/ON SCNEOULE e NTS IFM/N iJI-Co"TH/CK R /PRAP EL /4B. OV /3'f � &vc) •/KALE SHALL 6E CORE DKII I cry, FILL IN SPACE WITH NON- 5HR/NK GROUT SECT/ON E�NEIfGY QISSIFATO/� O THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCOR- BAR IS ONE INCH ON PORATED HEREIN. AS AN INSTRUMENT OF PROFESSIONAL ORIGINAL DRAWING. SERVICE. IS THE PROPERTY OF CH2M HILL AND IS NOT TO BE p � (- USED. IN WHOLE OR IN PART. FOR ANY OTHER PROJECT IF NOT ONE INCH ON WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL. THIS SHEET. ADJUST REVISION BY APVD oCH2,A HILL SCALES ACCORDINGLN 3"C 2 L I %2 n EXCEPT WHERE SHOWN OTHERWISE — Z-3"C G ro p 3' 1 lo" D � �^� 2o"w� /o"D S/DE/�WgLK vis-t CoI-O"FOR 5TA 0I-52 TO 4 f-00 AND 7*00 TO /q f-00 • A5 SNOWi ON PL-AAJ5 FOR 57-A -f f-OO TO 7t00 CONCRETE CURB -AC ROAD NOTE, FOR TYPICAL TRENCH LiACKP/LLI SEE /O TYPICAL TRENCH SECTION e NTS CITY OF RENTON 5 WASHINGTON SOUTH TALBOT HILL PIPING DETAILS DATE NOV.1988 PIPELINES NOPROJ S22074.01 .u. INSULATING WASHER (TYP) STEEL WASHER (TYP) INSULATING SLEEVE, %2" SPIRAL WOUND MYLAR, LENGTH DESIGNED TO EXTEND TO NUT FACE ON EACH SIDE OF FLANGE FULL FACE INSULATING GASKET PIPELINE FLANGE, TYP NOTES: COAT WITH COLD APPLIED COAL TAR MASTIC AFTER ASSEMBLING JOINT. INSULAT ING FLANGE 1IT", ONE PIPE DIA MINIMUM, 2'-0" MAXIMUM THERMITE WELD — CAP, SEE NOTE 4, TYP FILE OR GRIND WELD AREA TO BRIGHT METAL — WIRE SIZE VARIES, TWO WIRES REOD FOR TEST STA INSTALLATIONS ONLY THERMITE WELD WIRE CONNECTION STEEL OR DUCTILE IRON PIPELINE 1.NO COPPER SLEEVE REQUIRED FOR THERMITE WELDING OF U10 AWG AND SMALLER WIRE. 2. USE COPPER SLEEVE ON tt2 AWG JOINT BONDING WIRES. 3. WELDER AND CARTRIDGE SIZE VARIES ACCORDING TO WIRE SIZE AND PIPE MATERIAL, CONSULT WELDER MANUFACTURER FOR RECOMMENDED WELDER AND CARTRIDGE. 4. COAT WELD AREA AND FILL RECESS ON THERMITE WELD CAP WITH COLD APPLIED COAL TAR MASTIC AND APPLY CAP TO WELD. WIRE CONNECTION FOR STEEL I 1 AND DUCTILE IRON PIPE 0 e ,iT_ THERMITE WELD CAP, TYP tt2 AWG STRANDED COPPER � WIRE WITH THHN INSULATION NOTE THERMITE WELD WIRE CONNECTION, SIMILAR FOR KESTRAINED TYP, SEE DETAIL .loIN7'S. /3 PUSH -ON JOINT BOND 8NT THERMITE WELD CAP, TYP Ltt AWG STRANDED COPPER WIRE WITH THHN INSULATION THERMITE WELD WIPE CONNECTION, TYP, SEE DETAIL13 NOT USED �Z FLANGED JOINT BOND l5 yrS - DSGNJK A4ILLEK REUSE OF DOCUMENTS • Ul)t: UME.NI AND THL IDEAS AND ULSIIiNS INCOH IIAH I!,ONI INI.II IIN DR /R. K. L 47 TA'I)RA TED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL ORIGINAL DRAWING. 'E V ICE, IS THE PROPERTY OF CH2M HILL AND IS NOT TO BE 0 � I" CHK N. e. W/aKD i•;ED. IN WHOLE OR IN PAPT. FOR ANY OTHER PROJECT IF NOT ONE INCH ON APVD :IITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL THIS SHEET. ADJUST JR AIIL-L-E-F, NII !)Alf Iry nV vl CH2M HIE1 SCALES ACCORDING!, Y. CITY OF RENTON WASHINGTON SOUTH TALBOT HILL PIPELINES PIPING DETAILS I IFI' 6 'IITE NOV.1908 IIIr S22074_BI -50L/D COVER kV/LOCK/N6 L/D, j NO B5. SEE if5VMV )VATER /O"OI PLUG (M✓)--\ STANDARD DETAIL IA/ SPECS. 3" CLR 5/0EiVAL K OR 0,5" 3Z'r lo" THICK CONGPETE P,4D 1 CIRCULAK CONCKETE. ADJUSTMENT SECTIONS (PC x MII) T/E ROL75 /O"OL 45° BFJJD (M✓� /011D(PVC) / /O"D(PVC) /O'OI WY-- (M✓) OR 'f5l6END (MJ) W/TB 10" D CLEANOUT /VT5 20"VER77ICAL CROSS (M✓xF) W/2 BUND FLANGES (j-YP OF 2)—� TAP TOP OF kv, " CORPORA T/O/f STOP � Z " PLUG. OFFSET TAP TO CLEAR /O'D ABOYE ZO'W. (TYP OF 2) 20"W ZO' SPOOL (PE x PE)(TYP) SPOOL SHALL END I'--O"BEYOND OUT5/DE EOGE OF VAULT. 20'BV(MJx MJ)0 VALVE CHRMBER. SEE AP A/TON PL19N 5-r4AD4 D DETAIL /N SPECS. NOTE5: PIPE PA55E5 TNKOUGII VALVE CHAMBER. SEE SPECS. 2. SEE SPECS FOR PERTINENT STRNDHRD DETRILS, 20"BV, VALVE" CHAMBER AND PIPING 21 "NIX - R. pbb O— Ds NJ.R. MILLER : p t► DR - 4 C.S. HOWELL c q�1 23W� a Fdt;?l'j Wil CHNN.C.WAZO ! O Cl6�iP P 1tfSSIOry AI MMG APVD JK. M/LLEK NO DATE REVISION - — HANDHOLE COVER NYLON PULL CORD---\ (A5 SOEC/ciED) FiA/15AI GRAD AMAIPPOLE BOX 11-O'1(TYP) �- \� (AS SPECIFIED) !o"M/N TOP 2-3" PVC CONDU/TCTYP) COURSE MATERIAL SECT/ON 14ANDPOL E BOX 2 2 NTS LIMIT OF LUMP SUM TAP TOP BF W, 2'CORPORA T/ON 57OP R UFT TAP PAY ITEM FOR. PIPE PLG. O 5ETO CLEAR CONNECTION /O"D ABO✓E 20"W AS REQUIKED TO MAKE FINAL CONNECTION �� EXST 2C✓10/ 20 VERTICAL CROSS (RJxF) Wl PLUG (KJ) W/2 5L/NO FLANGES RJPLUG TESTCO_NNECTION ZO'DI PIPE "Ol PIPE (PEXPE� ZO (MJ X KJ) Z0" O! PIPE (MJ )(KJ ) 77E POD ATTACHMEN7-5• \ FOR NUMBER Q SIZE Sr-,' REMOVE EXST KEJ✓TON WATEZ STANDARD PLLIG (KJ) FROM DETAIL IN SPECS EXST Z011 W 20'1 MJ SOLID SLEEVE FINAL_ CONNECTION PIPE CONNI CTION "P-) // Z4 NTS REUSE OF DOCUMENTS THIS DOCUMENT. AND THE IDEAS AND DESIGNS INCOR BAR IS ONE INCH ON PORATED HEREIN. AS AN INSTRUMENT Of PROFESSIONAL ORIGINAL DRAWING. SERVICE, IS THE PROPERTY OF CH2M HILL AND IS NOT TO RE p � I - USED. IN WHOLE OR IN PART, FOR ANY OTHER PROJECT IF NOT ONE INCH ON WITHOUT THE WRITTEN AUTHORIZATION OF CH2M HILL •CH2M HIlL THIS SHEET, ADJUST SCALES ACCORDINGLY APVD 5 -N- EXST FH 4. /Z' W (ol) TYPE I TE5T 57AT/01V, SEE RENTON WATER STANDARD DETA/L /N SPEC 5 CONCRETE THRUST BLOCK PER RENTON 5TANDARp DETAIL //V SPECS ag EXST IZ11W LD IE /47,Ot IAA-4114AT/N6 FLA.V6G, SGE 20'SO4I9 SLEEVE TEMP BLOCKING 20 "VERT/CAL CRO55 (M✓xF) W/2 BL/ND FLANGE TAP TOP BF W,2 " CORP 5TOP(2 'PLUG 20"DI(R✓) b Zl)"TEE (M✓" M✓= LLIMIT OF LIMP I TEMP PLUG f BO /SEENOTE) 4( SUM PAV ITEM TEMP BLIND FLG ! BO (5EENOTE) FOR P/PE CONN 20118V (FXF) W/O C/TY WILL ZO X 12 REDUCER, (PE X MJ),(TYP OF 2) CAUN. M E65T. /Z"iv W/ RESTRAIN W/T/E RODS PERRENTON 2"DZ N/PPCES � /Z' STANDARD DETA/L XJL/D SLEEVE (TYP EA END) EXST 1211W EX/ST /Z "W O/ N TE /E /4B•O'- F—BEFORE'TE5TCONNECT/ON5EE CITY OF RENTON WASHINGTON SOUTH TALBOT HILL PIPELINES RE/vT0/v STANOARO WATER CONNECT/ON I DETA/L TYPE IZI- /N SPECS. PLAN P/f'E CONNECTION "A" Z 3 NTS PIPING DETAILS TE NOV.1988 OJ 522071.81 A R C D b VALLEY GENERAL HOSPITAL STA 91,30 /� HAAIDI-IDLE 00X (o21 STA 7*65 TO 9t30 3"C : LOCATE / FOOT NORTH OF SIDEWALK EDGE . NEATLY REMOVE EXISTIAIG 6149LA55 AND HEDGE5 WITHIN 2 FEET OF EDGE OF SIDEWALK. SURFACE-ZESTORAT/ON SHALL �E M/N 3"OF BEAUTY 5ARK. RESTORE EXISTING UNDEKGROUNO SPRINKLER SYSTEM ^ PEDESTAL MOUA/T EQUAL TO EXIST/NG , LOCAT/ON OF 5EE STAA/LIARD DETAIL"A" IJNOEKGKOUNO FYJWER ANO STREET \ I \ fff C./GHT/NCo UNKNOWN : CONTRACTOR: SHALL F/ELO 04ETERMINE . N STA Of50 TO 10-35 3"C .- C9C LU./I f-u0r NORTH OF SIDEWALK EDGE\ SURFACE RESTORATION : (�" STA Lo TO 5 t srA 755 ro 7t8s 3": LOIC. C ATE Foo / FQ7T NORTH \� 3"C : SURFACE STA 0t50 TO 9t30 OF ,BASE OF ROCK WALL. RESTORAT/ON C a Q SURFACE RESTORATION o \ 3 C : SEE SHALL BE MIN 3rr7-RlCKNE5S �) \\ OF 6EAUTY BARK 3 r/ 0 z- 3" C ROLLED CURB STA 5+35 To 7+55 U R/ n 3"C : LOCATE I FOOT V097-H 3+00 _ _-- \ Z 3 C OF SIDEWALK EDGE. STREET LJ64TIAlG SURFACE KESTORATJOAJ AND POWER O A+� too 5 CA' "R pAD EKG STA V +50 !, HANDI-IOLE DOA 22 Q\v Qwmm /"- 40/ SURFACE 9E5T09A77I0IV AS SHOWN C - TRENCH ZONE G"WIDE TRENCH DETECTION TAPE E XCAVAT ION A"D BACKFILL PIPE ZONE z-3"CONDUIT wl 11I1 NYLON PULL WIRE PIPE 5A5E 311 NOTE: SEE SPECIAL SPECIFICATIONS. TYPICAL TRENC N 8ACKFl LL SECTION rl"� D Airs Z -i, /I f`,R QN . MI/- DSGNJ.R. M1LLEK REUSE OF DOCUMENTS SHEET THIS DOCUMENT, AND TH-- IDEAS AND DESIGNS INCOR- BAR IS ONE INCH ON CITY OF RENTON 8 R,/< LATTA PORATED HEREIN. AS AN IISTRUMENT OF PROFESSIONAL SERVICE. IS THEPROPERTY:)FCH2MHILLANDISNOTTOBE ORIGINAL DRAWING. WASHINGTON \o y`C5a23.�,� �� S- e� 6'EP CHK N.C, WA)CD USED. IN WHOLE OR IN PART, FOR ANY OTHER PROJECT 0�1" IF NOT ONE INCH ON SOUTHTALBOTHILL 3" CONDUIT EXTENSION DATE NOV.1988 o� sro E WITHOUT THE WRITTEN AI/THORIZATION OF CH2M HILL. PIPELINES ti yAL APvo J.KP_P M/[L THIS SHEET, ADJUST PAOJ $22117�.B1 . NO. DATE REVISION BY APVD `C"2M HILL SCALES ACCORDINGLY NO